Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2004 FBO #1060
SOURCES SOUGHT

R -- Strategic Services Sourcing (S3)

Notice Date
10/19/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-R-E401
 
Response Due
10/31/2004
 
Archive Date
12/30/2004
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. DO NOT SUBMIT A PROPOSAL OR QUOTE. Previously, the Fort Monmouth Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) community has met needs for a broad range of support services through multiple customer-specific, service category focused, Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The U.S. Army, Communications-Electronics Command (CECOM), Acquisition Center in coordination with our C4ISR partners, intends to provide a single, multiple award contract vehicle covering a broad range of valuable services to meet the needs of all C4ISR customers at Fort Monmouth, NJ. The intent of the proposed contract is to provide multiple prime contractors and subco ntractors capable of providing the broad range of equipment and services required to accommodate varied user demands. These demands may require services and equipment to facilitate support to the Government in the areas to include: systems engineering; en gineering; research and development; maintenance; software development, sustainment and support; program management and analysis; business functions; logistics; supply chain management; technical field assistance; test and evaluation; modeling and simulati on; information operations/assurance support; fielding and training; facilities management; administrative support. These services will be performed in conjunction with all new and existing federal Government system of systems, family of systems, platform s, systems, subsystems and items. Security Requirements for the basic contracts will be as follows: Facility Clearance required shall be Top Secret. Level of Safeguarding required shall be Secret. A draft Performance Work Statement (PWS) has been posted to accompany this announcement to provide a more comprehensive understanding of the proposed requirement. The total estimated value of this requirement is $2 Billion over eight (8) years. The Government plans to award more than one Indefinite Delivery I ndefinite Quantity (IDIQ) type contract (s) with the option to issue either Time and Materials (T&M) or Firm Fixed Price (FFP) Task Orders. Requirements will be fulfilled on a task order basis in a competitive environment. The length of the contract(s) s hall be five (5) years in duration unless statutory limitations are extended, prior to award, allowing an eight (8) year contract. The Governments overall SMALL BUSINESS STRATEGY HAS NOT BEEN DETERMINED AND WILL BE DICTATED IN PART BY THE SMALL BUSINESS RESPONSES TO THIS REQUEST FOR INFORMATION as well as input at the Industry Day to be held as outlined later in this announcement. I t is the Governments intent to maximize Small Business participation in this effort at both the prime contractor and subcontractor levels. Therefore, small businesses are urged to provide innovative responses regarding various teaming and joint venture r elationships in response this announcement. Small Business Set-Aside may be considered based upon responses reflecting joint ventures or teams where all members are considered small business based upon the applicable North American Industrial Classificati on System (NAICS) code of 541330 for this acquisition. The associated Small Business size standard for this NAICS code is $23.0M average annual receipts. Industry in encouraged to provide feedback regarding selection of this NAICS code for the effort des cribed by the PWS and provide detailed rationale if they believe another code and associated small business size standard is applicable. If interested in this opportunity, please review the separately attached Performance Work Statement (PWS) and provide, via email, responses to the questionnaire, also attached separately. (Please limit responses to the pertinent information addressed in the separately attached questionnaire). Industry Day is scheduled for 2 November 2004, 9:00 a.m. EST at the Officers Club, Gibbs Hall, Build ing 2000, Fort Monmouth, NJ. Registration will begin at 8:00 a.m. EST. In addition to being posted here, the PWS has been on the Army Single Face to Industry (ASFI) website, formerly known as the CECOM Interactive Business Opportunity Page. It is antici pated that additional documents may be posted prior to Industry Day. All necessary documents/information may be accessed via https://abop.monmouth.army.mil/ under Solicitation No. W15P7T-05-R-E401. Interested parties will be required to register at the website prior to accessing documents. Please contact Contracting Officer Nancy Norton by email at nancy.norton@us.army.mil if you have additional questions.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00696011-W 20041021/041019211928 (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.