Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

99 -- Technical & Acquisition Support

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
 
ZIP Code
22041-3206
 
Solicitation Number
HC1047-04-T-4021
 
Response Due
3/18/2004
 
Archive Date
4/2/2004
 
Point of Contact
Judith Oxman, Chief, Phone (703)681-1255, Fax (703)681-1211, - Michael Scott, Contract Specialist, Phone 703-681-0397, Fax 703-681-1211,
 
E-Mail Address
oxmanj@ncr.disa.mil, scottm@ncr.disa.mil
 
Description
Sole-Source Synopsis Technical & Acquisition Support For DISA Joint Spectrum Center 1. DATE: 4 March 2004 2. ISSUED BY: DEFENSE INFORMATION SYSTEMS AGENCY DITCO-NCR, PL63 5111 Leesburg Pike Falls Church, VA 22041 3. FOR INFORMATION CONTACT: NAME: Michael Scott, Contract Specialist PHONE: (703) 681-0397 FAX: (703) 681-0346 E-MAIL: scottm@ncr.disa.mil NAME: Judith R. Oxman, Contracting Officer PHONE: (703) 681-0397 FAX: (703) 681-0346 E-MAIL: oxmanj@ncr.disa.mil NAME: Michael F. Carroll (JSC), Contracting Officer Representative PHONE: (301) 261-1334 E-MAIL: larson@jsc.mil 4. QUESTIONS: Any contracting questions regarding this synopsis shall be brought to the attention to Mr. Michael Scott. If you have any specific technical questions, please, contact Michael Carroll or Joanne Sykes at (301) 261-1794. 5. CLASSIFICATION CODE: 6. DESCRIPTION: The Defense Information Systems Agency (DISA) is issuing a sole-source award to Mr. Thomas Willey of 1587 Doxbury Rd. Baltimore, MD 21286 for technical and acquisition support. The solicitation number is HC1047-04-T-4021. This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis; quotes are not being requested and a written solicitation will not be issued. However, in accordance with FAR 5.207, if interested parties would like to send a proposal for this requirement, please, contact Mr. Michael Scott at (703) 681-0397 or Mrs. Judith Oxman at (703) 681-1255 by 18 March 2004. The Statement of Objectives is attached below. Attachment: STATEMENT OF OBJECTIVES TECHNICAL SUPPORT FOR DETERMINATION OF VIABLE ACQUISITION METHODS FOR SPECTRUM ENGINEERING AND IT SERVICES JOINT SPECTRUM CENTER (JSC) DEFENSE INFORMATION SYSTEMS AGENCY (DISA) 16 January 2004 1.0 INTRODUCTION The Joint Spectrum Center is currently in the early planning stages of re-competing a $50 million a year engineering services contract. The JSC requires expert consulting services during this process that will aid in the overall development of the acquisition plan and related documentation. 2.0 OBJECTIVE The objective of this acquisition is to obtain a contractor who will provide expert advice in determining viable acquisition methodologies which would be the most advantageous to the JSC in the upcoming engineering services contract re-competition. This advice will be used in the creation of such documents as the acquisition strategy, the statement of objectives (SOO), and the source selection evaluation process. The contractor must have unique knowledge and understanding of the comlete breadth of responsiblilities and infrastructure of the JSC. Additionally, the contractor must acknowledge they will not be able to bid on any follow on contracts as result of this requirement. 3.0 SPECIFIC TASKS 3.1 Provide expert knowledge of JSC historical usage of various contracting methods and their pros and cons. 3.2 Coordinate with members of the JSC contract re-competition team in identifying future JSC contract requirements. 3.3 Assist in preparing initial drafts of Fed Biz Ops announcement, Market Research Plan, JSC Acquisition Plan, Statement of Objectives/Performance Work Statements, Source Selection Plans and Award Fee/Term Plan. 3.4 Accompany JSC re-competition team during market research visits. 3.5 Participate in re-competition team meetings. 4.0 ACCEPTANCE. Determined by the Technical Director. 5.0 SECURITY. The government assumes that this work can be performed without reference to or the handling of classified information. 6.0 GOVERNMENT FURNISHED EQUIPMENT/INFORMATION. 6.1 Information 6.1.1 The government will diligently strive to provide to the contractor any government information the contractor deems necessary to the performance of this work, subject to security considerations. 6.1.2 The government will diligently strive to provide to the contractor any vendor-proprietary information, related to government contracts, that the contractor deems necessary to the performance of this work (subject to concurrence of the owning vendor). If vendor-proprietary information is required for this work, the contractor shall execute appropriate statements of non-disclosure. 6.2 Equipment. The government assumes that no government-furnished equipment (GFE) will be necessary to perform this work. 7.0 Contract Type. The government envisions that this contract will be a Firm Fixed Price type contract. 8.0 PLACE AND PERIOD OF PERFORMANCE. 8.1.1 Place: Annapolis, Maryland and other places as required. The government will assist the contractor with obtaining access to government controlled facilities and establishing meetings, conferences, or workshops with government personnel. 8.1.2 Period of Performance: The period of performance for this requirement is 23 August 2005. CLAUSES BY REFERENCE: DOD 252.204-7004 Required Central Contracting Registration FAR 52.212-4 Commercial Items FAR 52.212-5 Commercial Items of Executive Order DFARS 252.232-7003 Wide Area Work Flow Receipt and Acceptance
 
Place of Performance
Address: 2004 Turbot Landing, Annapolis, MD
Zip Code: 21402
Country: USA
 
Record
SN00536269-W 20040306/040304221603 (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.