Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOLICITATION NOTICE

A -- Test & Evaluation Instrumentation Development

Notice Date
1/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-06-R-0003
 
Response Due
5/22/2006
 
Archive Date
7/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
PREVIOUSLY W9115U-05-R-0004. The Government intends to issue a competitive small business set-aside solicitation Draft Request for Proposal (DRFP) to industry for comments on its requirement for Test and Evaluation (T&E) Instrumentation Development f or the U.S. Army Operational Test Command (OTC), Fort Hood, Texas. To be eligible for award as a small business, an offeror must represent in good faith that it is a small business at the time of written self-certification. This synopsis is to develop an Offeror Mailing List and give industry an opportunity to request the DRFP. The contract type will be an Indefinite Delivery Quantity (IDIQ)/Cost Plus Fixed Fee and Fixed Price. The contract will be for a base year and two one-year options. The anticipat ed performance period for the Base Year is 1 September 2006 to 31 August 2007 with corresponding years thereafter for the option years. OTC requires non-personal instrumentation related services in the areas of instrumentation design, development, product ion, repair, testing and support. The contractor is responsible for all labor, management, supervision, supplies, materials, equipment, and tools required to perform the contract for research, development, design, and production services in support of the operational test, investigation, experimentation, modeling, simulation, and stimulation mission of the Operational Test Command (OTC). These services encompass the full range of instrumentation support to include: hardware design, development and repair, software development, RF studies and analysis, test support, sensor studies and evaluations, frequency management support, system engineering and integration, software and hardware configuration management support, and security accreditation and certificat ion package preparation. The contractor may be required on an intermittent basis to perform testing, investigation, and experimentation in support of combined Developmental and Operational Test, Training Activities, and other Department of Defense (DoD) a ctivities. A Secret Level facility clearance is required. The North American Industrial Classification System (NAICS) code is 541710 (primary code) with a size standard of 500 employees and NAICS code 334513 with a size standard of 500 employees. Approxi mate issue date of the DRFP is 28 February 2006. The DRFP will be placed on the ATEC Mission Support Contracting Activity (AMSCA) website. Questions and comments on the DRFP will be encouraged. Email questions will be accepted and the email address will be provided in the DRFP. All interested sources that wish to be placed on the Offerors List shall provide the following information to the Contracting Officer via e-mail at the following address: aca.atec@us.army.mil; provide the company's name, complet e address, phone number, fax number, point of contact and e-mail address. No verbal request will be entertained regarding any information in this announcement. Please indicate whether or not you wish to have your company and point of contact posted to the ATEC Mission Support Contracting Activity (AMSCA) website. The purpose of the list is to provide resources for Partnership Teaming arrangements and assist the government in establishing an Offerors mailing list. Issuance of the final Request for Propos al (RFP) will not be synopsized. The RFP will be issued in electronic format and posted to the AMSCA website: https://www.amsca.atec.army.mil/ for access by all parties. This posting will not be published in the FEDBIZ. It is industry's responsibility t o periodically check these sites, as the Government will not issue individual notices. All respondents must be registered in the Central Contractor registration (CCR), and have a valid DUNS number, Cage Code, and Tax Identification Number. The Point of Co ntact for this requirement is Ms. Edna.Smith, Contract Specialist and Ms. Patricia M. Cuff, Contracting Officer. Email address is aca.atec@us.army.mil. See N umbered Note(s) 1 and 26.
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
Country: US
 
Record
SN00972995-W 20060127/060125212440 (fbodaily.com)
 
Source
FedBizOpps 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.