Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
MODIFICATION

D -- MARKET RESEARCH INQUIRY - ICE2

Notice Date
4/5/2007
 
Notice Type
Modification
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
ICE2CEILING
 
Response Due
4/14/2007
 
Archive Date
4/29/2007
 
Point of Contact
Cathy Schoonover, Supervisory Contract Specialist, Phone (478) 926-8374, Fax (478) 926-2842, - Cathy Schoonover, Supervisory Contract Specialist, Phone (478) 926-8374, Fax (478) 926-2842,
 
E-Mail Address
Cathy.Schoonover@robins.af.mil, Cathy.Schoonover@robins.af.mil
 
Description
PURPOSE: The purpose of this posting is to announce the need to revise the contract ceiling on the Intelligence Information, Command & Control, Equipment & Enhancements (ICE2), Contract Number F09603-03-D-0095, and to determine if there are any contractors who possess the capability to assume this workload within the next twelve (12) to eighteen (18) months. DESCRIPTION: The scope of the ICE2 effort is to provide worldwide sustainment, maintenance and technical support effort for Intelligence and Command and Control systems. The equipment supported by this contract consists of commercial, modified-commercial, and specially designed equipment items. Departments and agencies supported by this multi-service contract include, but are not limited to, the Departments of the Air Force, Army, Navy, State, Energy, Treasury, Defense Intelligence Agency (DIA), Unified Commands, Coast Guard, Air National Guard, Special Operations Forces, Joint Reserve Intelligence Program, National Imagery and Mapping Agency, and the National Reconnaissance Office. The ICE2 contract was awarded on 11 June 2003 as an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to a single source, General Dynamics, Needham, MA, based upon full and open competition. This contract contains a basic four-year ordering period with two, three-year incentive options making the potential length of the contract a maximum of ten years. ACTION REQUIRED: Contractual action is required to increase the contract ceiling. It is necessary to increase the ceiling due to unanticipated high level of support due to the Global War on Terrorism (GWOT) as a result of the events of September 11, 2001 and the resulting mission requirement changes in the aftermath of September 11, 2001. All work to be performed under the contract is considered to be in accordance with the original statement of requirements; however, GWOT increased the amount of work to be accomplished to an amount not contemplated in the original ceiling price. As a result of the requirements placed against the contract supporting GWOT, the original established contract ceiling of $1.95B is expected to be reached in contract year five. An increase in the ceiling will provide for continued critical support of various projects for all the services that are affected by this contract to include, but not limited to, the Departments of the Air Force, Army, Navy, State, Energy, Treasury, Defense Intelligence Agency (DIA), Unified Commands, Coast Guard, Air National Guard, Special Operations Forces, Joint Reserve Intelligence Program, National Imagery and Mapping Agency, and the National Reconnaissance Office. The increase will ensure sufficient contract ceiling is available for new tasks supporting the mission of the United States Government as a result of September 11. RESPONSE REQUIRED: As stated above, one purpose of this posting is to determine if there are any contractors who possess the capability to assume this workload within the next twelve (12) to eighteen (18) months. This would include the requirement for personnel (currently in excess of 2300 worldwide, performing in residential, deployed and per-call scenarios) who currently hold Top Secret / Secure Compartmented Information (TS/SCI) Clearances. Responses should be submitted to Cathy Schoonover, 560 ACSG / GFKAB, 478-926-8374, cathy.schoonover@robins.af.mil, no later than 16 APRIL 2007. FUTURE ACTION: A competitive follow-on acquisition, similar in scope to this current requirement, is planned to replace this contract. Acquisition planning has begun for the follow-on; award is contemplated in FY09. It is anticipated that a synopsis regarding the follow-on will be posted on or about 01 Nov 07.
 
Record
SN01267191-W 20070407/070405220855 (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.