Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
MODIFICATION

D -- Information Technology Services

Notice Date
6/15/2006
 
Notice Type
Modification
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 400 7th Street SW, Room 5106, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
DTOS59-06-R-00016
 
Response Due
7/20/2006
 
Archive Date
7/15/2006
 
Small Business Set-Aside
8a Competitive
 
Description
The primary purpose of this notice is to provide clarification, changes and establish time frames with regards to Solicitation DTOS59-06-R-00016 and the notification published on June 5, 2006. 1. The Presolicitation notice posted on June 5, 2006, is hereby amended to meet Federal Acquisition Regulation 5.203(a), which requires publication of notice of proposed contracts for 15 days before issuance of a solicitation. In order to fulfill this requirement, the notice will be posted for 15 days. In addition, the 30 day response time for receipt of proposals from the date of issuance of Solicitation DTOS59-06-R-00016 is changed. 2. The period for receipt of offers in response to Request For Proposal DTOS59-06-R-00016, will commence June 20, 2006 and closes at 10:00am, July 20, 2006. 3. Questions in response to the solicitation must be submitted in writing to the Contracting Officer via electronic mail on or before 10:00am, July 10, 2006. 4. Attachment J-3 Award Qualification Criteria Certification form is changed to read as follows: The IT Services 2006-2011 contract award is an 8(a) set-aside acquisition with minimum qualification requirements for its subsequent RFP 8(a) set-aside competition. The minimum criteria are: 1. 8(a) certified; 2. A corporate support office within 50 miles of the Department of Transportation headquarters located in Washington, DC; 3. Demonstrated minimum 3 year continuous company business history with respect to the IT services and support requirements; 4. Within applicable North American Industry Classification System (NAICS) codes identified for the solicitation; 5. Demonstrated financial resources to fully cover contract minimum guarantee amount.
 
Place of Performance
Address: 400 Seventh Street, S.W., Washington, DC
Zip Code: 20590
Country: USA
 
Record
SN01070534-W 20060617/060615220859 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.