Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2003 FBO #0413
SOLICITATION NOTICE

J -- Genesis II Life-cycle maintenance,engineering and facilities support requirement

Notice Date
1/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
DASC01-O3-R-OOO6
 
Archive Date
3/30/2003
 
Point of Contact
Kathleen Moore, 703-706-2774
 
E-Mail Address
Email your questions to HQ USAINSCOM, Directorate of Contracting
(kmoor2@vulcan.belvoir.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 15 January 2002 SUBJ: OBJECTIVES AND DRAFT DOCUMENTS FOR UPCOMING GENESIS II COMPETITIVE RFP REF:(a) CLIN Structure (Draft, Revision 1, dated 15 January)(b)Work Break Down Structure (WBS) (Draft, Rev. 1, dated 15 Jan 03)(c)Statement of Work (SOW) (Draft, Rev. 1, dated 15 Jan 03)(d)Current Staffing (for info only) (Draft, Rev. 1, d ated 15 Jan 03)(e)Government Furnished Property (GFP) (Draft, Rev. 1, dated 15 Jan 03)1.The United States Army Intelligence and Security Command (USAINSCOM)has a requirement for the procurement of services, hereinafter referred to as GENESIS II, to support combat arms commanders to conduct intelligence collection and countermeasures against tactical and strategic ground and air based threat communications and intel ligence collection systems. In order to provide industry with a ?heads-up? on what may be included in the upcoming GENESIS II Request For Proposal (RFP), the referenced draft documents, as listed above, may be downloaded from the INSCOM Web Page at: www.i nscom.army.mil/contracting/solicitations.asp. 2. The anticipated Contract Line Item (CLIN) structure for this requirement may be structured based on three CLINS per year utilizing the following contract types: (See reference (a) for more details.) ? First CLIN: GENESIS II Services ? Cost Plus Award Fee (CPAF) ? Second CLIN: Other Direct Cost (ODC) ? (Cost Non-Fee Bearing) ? Third CLIN: Data for first CLIN ? Not Separately Priced (NSP) 3. Each of the Labor CLINS and ODC CLINS will include up to seven SUBCLINs, one for each of the support cites, as listed in the Work Break Down Structure (WBS) (see reference (b)). 4.The estimated period of performance for this procurement will be one ba se year and four option years, plus five one-year award terms (if earned), for a total possible period of performance up to 10 years, commencing 1 October 2003. Additionally, this effort will include a two-three month transition period commencing on or ab out July/August 2003. 5. A draft Statement of Work (SOW) for this effort is provided in reference (c). 6. Reference (d) lists the current level of staffing on the on-going contract. This information is provided for informational purposes only. 7. Referenc e (e) encompasses a list of all Government Furnished Property (GFP) that will be made accountable under the resultant contract. 8. All industry responses shall be sent to Mr. Matt Klink at mklink@vulcan.belvoir.army.mil. //s//ELAINE HOFFMAN USAINSCOM Contracting Officer
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN00242584-W 20030119/030117214317 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.