Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
MODIFICATION

99 -- Installation Protection Program

Notice Date
2/15/2007
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Army, Joint Project Manager Guardian, Joint Project Manager Guardian, 5109 Leesburg Pike Skyline Six, Suite 401B, Arlington, VA, 22041, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
JPMGIPP2007-A
 
Response Due
3/2/2007
 
Archive Date
3/3/2007
 
Description
SOURCES SOUGHT JOINT PROGRAM EXECUTIVE OFFICE FOR CHEMICAL AND BIOLOGICAL DEFENSE (JPEOCBD) JOINT PROJECT MANAGER GUARDIAN (JPMG) INSTALLATION PROTECTION PROGRAM (IPP) POINT OF CONTACT: Ms. Ramona Harris, Contract Specialist, (Ramona.Harris@jpeocbd.osd.mil) PHONE: (703) 681-1803 FAX: (703) 681-0661 The Joint Program Executive Office for Chemical and Biological Defense (JPEOCBD), Joint Project Manager Guardian (JPMG), located in Falls Church, Virginia, is seeking sources to support execution of the Installation Protection Program (IPP) design, fielding and sustainment requirements. The IPP is envisioned to encompass an integrated and tiered family of chemical, biological and radiological systems that includes detection, identification, warning, information management, decision support, incident management, medical surveillance, individual and collective protection, and emergency response capabilities. The Baseline Tier consists of non-material solutions to include training materials, military and civilian Concept of Operations (CONOPS) and Mutual Aid Agreement (MAA) templates, and exercise plans and scenarios. Tier 1 adds to the Baseline Tier by providing material solutions to include chemical, biological, radiological and nuclear (CBRN) portable and handheld detection, mass casualty response capability, individual protective equipment, incident management systems, and first responder pharmaceuticals. Tier 2 consists of the Baseline Tier and Tier 1 capabilities, and adds collective protection, decision support systems, and fixed chemical and biological sensors. This approach is flexible enough to accommodate the needs of specific installations, while standardizing major system elements to provide cost effective solutions. The contract will be required to execute simultaneous CONUS and OCONUS program requirements. The program will procure a common suite of equipment that will be tailored for each installation utilizing both commercial sources and readily available Government Furnished Equipment (GFE). The goal and mission of the IPP is to: ? protect critical missions ensuring uninterrupted operations during a CBRN event; ? protect mission essential personnel; and, ? support the rapid restoration of critical operations if impacted by the event The effort encompasses conduct of all analysis, system engineering and design, fielding, assembly, testing, installation qualification, new equipment training, documentation, planning, and management required to support this effort. It also includes all materials, software, and services necessary to ensure the successful performance of the responsibilities entailed in executing this program. During program execution the Contractor will be responsible for the following major efforts: ? installation survey and design ? system fielding, installment and qualification testing ? development of all required training materials to include operator and maintenance training, web based training, table top exercises (TTX), and field exercises and full installation exercises ? support of developmental testing ? technical documentation ? logistics support planning ? long term storage and accountability of COTS/GOTS equipment for execution and sustainment to include inventory management The Government released a draft solicitation for industry comments during December 2006 (see JPEOCBD Website Listing at http://www.jpeocbd.osd.mil/page_manager.asp?pg=3). On 02 February 2007, the Government sponsored an Industry Day. All briefing information, to include questions and answers are available for review at the aforementioned website. The date for the submittal of capability statements has been extended to March 2, 2007. Your statement should include a brief background about your organization; key capabilities should reflect experience relative to the requirement. Experience may cover any current or previous contracts of similar size and complexity, whether private industry or government. Small businesses may express their interest in providing capabilities in meeting the needs of any specialized area of this requirement. Please limit responses to two (2) pages or less. Direct expression of interest in participating in the JPMG IPP may be provided electronically to Ms. Ramona Harris at Ramona.Harris@jpeocbd.osd.mil or in writing to Ms. Ramona Harris, Contract Specialist, 5109 Leesburg Pike, Suite 401B; Falls Church, VA 22041. The North American Industry Classification System (NAICS) Code for this acquisition is 541330 with size standard of $4.5M. This is not a solicitation. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the JPEOCBD Website and in Federal Business Opportunities (FedBizOpps). This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
 
Place of Performance
Address: Falls Church, VA
Zip Code: 22041
Country: UNITED STATES
 
Record
SN01233075-W 20070217/070215221304 (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.