Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

R -- Engineering, Technical and Operations Support Services (ETOSS) for I2WD

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T05RD205
 
Response Due
11/30/2005
 
Archive Date
1/29/2006
 
Small Business Set-Aside
N/A
 
Description
ETOSS Synopsis The U.S. Army, Communications-Electronics Life Cycle Management Command (C-E LCMC) in coordination with the Intelligence and Information Warfare Directorate (I2WD) intends to award a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The solicitation entitled, Engineering, Technical and Operations Support Services (ETOSS), will be issued as a Request For Proposal (RFP) solicitation number W15P7T-05-R-D205. The proposed action is for a five-year IDIQ type contract for a broad range o f services. These support services include technical, engineering, program management, prototype development and fabrication, and operations expertise in support of intelligence, electronics warfare and information system development. Task Orders will be performance based to the maximum extent practicable. Most task orders will be of a Time-and-Materials (T&M) type, but the Government reserves the right to issue Firm-Fixed Price (FFP) type Task Orders, Cost-Plus Award Term (CPAT) type Task Orders, and Ti me-and-Material Award Term (T&MAT) type Task Orders when determined to be in its best interest. The Government intends to award more than one Indefinite Delivery Indefinite Quantity Contract (IDIQ) type contract under unrestricted, full and open competitio n. One award is reserved for the small business that submits the best overall proposal from those submitted by Small Businesses which are in the competitive range. Security requirements shall be in accordance with a DD 254, Contract Security Classificati on Specification, provided upon issuance of the RFP. Contractors must be able to establish a Top Secret Facilities Security Clearance within three months of award. At time of award, however, the contractor must have either a Secure Compartmented Informa tion Facility (SCIF) or access to a SCIF at another contractors facility that is within fifteen miles of Fort Monmouth, New Jersey. In addition, the contractor must be able to obtain personnel security clearances of Top Secret/Special Compartmented Infor mation (TS/SCI) in accordance with the following: 60% of the personnel proposed to support each contract must possess a Secret Personal Security Clearance at the time of award; 25% of the contractor personnel proposed to support each contract must possess a TS/SCI security clearance at the time of award; 50% of the personnel proposed to support each contract must possess TS/SI/TK security clearance within three months of award; and 75% of the personnel proposed to support each contract must possess TS/SI/ TK security clearance within six months of award. Task order performance periods will be negotiated with each individual task order requirement. The RFP will be issued on or about 9 August 2005 and the anticipated award date is on or about 4 November 200 5. The NAICS code is 541710 with the size standard of 500 employees and under to be considered a small business. The C-E LCMC, Fort Monmouth, has established the IBOP website as part of the Armys Single Face to Industry (ASFI) to allow electronic postin g of Requests for Proposals (RFPs), Requests for Quotations (RFQs), and Invitations for Bids (IFBs) from C-E LCMC to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP a t http://abop.monmouth.army.mil. All responsible sources may submit a proposal that shall be considered by the agency. Please see Numbered Notes #26.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00851128-W 20050722/050720212340 (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.