Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

A -- HC1047-04-R-4065

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, Special Projects Branch, 701 South Courthouse Road, Arlington, VA, 22204-2199
 
ZIP Code
22204-2199
 
Solicitation Number
HC1047-04-R-4065
 
Point of Contact
Jill Kline, Contract Specialist, Phone 703-607-4604, Fax 703-607-4611, - Jill Kline, Contract Specialist, Phone 703-607-4604, Fax 703-607-4611,
 
E-Mail Address
klinej@ncr.disa.mil, klinej@ncr.disa.mil
 
Description
The Defense Information Systems Agency (DISA) intends to issue a full-and-open-competition solicitation in accordance with the Federal Acquisition Regulation (FAR) Part 6, for technical support to the Director, Defense Information Systems Agency (DISA), as the Nuclear Command, Control, and Communications (C3) System Engineer in performing Nuclear C3 Systems Operational Assessment (OA) tasking from the Joint Staff. The contractor shall be responsible to design, develop, and conduct recurring operational assessments to assist in the determining, in a quantitative manner, the operational capabilities of the Nuclear Command, Control and Communications (C3) System. This system supports the President and the Secretary of Defense, Joint Staff, and Combatant Commanders? decision making across the spectrum of conflict and threat environments. Included in the Nuclear C3 System are the Survivable Mobile Command and Control Centers consisting of airborne resources, selected fixed and mobile ground command centers, the strategic and non-strategic (theater) nuclear forces, and surviving command elements (including shipboard) of the nuclear and non-nuclear Combatant Commanders, the military services, and the DoD agencies as defined in the Emergency Action Procedures of the Chairman, Joint Chiefs of Staff (EAP-CJCS Volumes VI and VII) and the National Military Command System/Department of Defense Emergency Communications Plan (NMCS/DoD Emergency Communication Plan). The objective of the assessments are to identify deficiencies in equipment, both hardware and software, and procedures and to recommend corrective action to improve the operational capability. The minimum clearance required for access will be SECRET. Personnel who work with test development and/or test data results and analysis shall require TOP SECRET clearances and be eligible for Special Clearance Investigation for SCI access upon award of contract. Due to the amount of coordination necessary, at least 90% of the contractor?s management and technical support must be performed in Washington, DC, metropolitan area. It is anticipated that a Cost-Plus-Fixed-Award Fee (CPFA) with a base contract period of 12 months, with four 12-month option periods to be included for a total performance period of 60 months. Due to the range of services to be supported under the contract, and the rapidly changing nature of R&D, the Government encourages the contractor to team or sub-contract with companies that provide new and innovative services. Offeror?s if a large business, shall enroll in DISA?s Small Business Mentor Prot?g?? Program, offers must include a subcontracting plan with small business, small disadvantaged business, and women-owned small business concerns. The subcontracting plan must allocate a minimum of 12% of funding with this contract award to a subcontractor that qualifies as a small business to support the development of small businesses. All responses from responsible sources will be fully considered. A reading room will be available by appointment only for review of all reference documentations, a SECRET clearance will be required for access into the reading room, see the RFP for more information and details. The Request For Proposal (RFP), number is: HC1047-04-R-4065 it is anticipated to be issued on or about 25 June 2004. Requests may be submitted and are preferred via email, reference HC1047-04-R-4065 in the subject line of the email and send to: Klinej@ncr.disa.mil. Only written requests for the RFP will be honored if you wish to submit your request via postal mail it should be addressed to: Defense Information Systems Agency (DISA), DITCO-NCR, Special Projects Division (PL64), Attn: Jill M. Kline, 701 S. Courthouse Road, Arlington, VA 22204-2199. Contractors must have a SECRET facility clearance to receive the RFP. The following information shall be submitted: business size, DUNS number, Tax ID number, CAGE number, company address, POC name, email, phone number, cognizant Defense Investigative Service Address, FSC number, and NAIC?s should be included in the request. Vendors must be registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov) to be considered for award of a contract.
 
Place of Performance
Address: 701 S. Courthouse Road, Arlington, VA, , Washington, DC Metro. Area
Zip Code: 22204-2199
Country: USA
 
Record
SN00598062-W 20040606/040606111020 (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.