Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2007 FBO #2032
MODIFICATION

R -- Professional Admin and Management Support Services

Notice Date
6/18/2007
 
Notice Type
Modification
 
Contracting Office
N00189 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018907R0024
 
Response Due
8/2/2007
 
Archive Date
8/15/2007
 
Point of Contact
Terri McGeein 757-443-1450 Laura Hohbach 757-443-1385
 
Description
The Government intends to negotiate a Cost Plus Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract. In the event a multiple award is issued, orders under such contract(s) will be competed utilizing cost plus fixed fee (CPFF) / firm fixed price (FFP) pricing. The resulting contract will be for a base period with four one-year options periods. This requirement will be issued under full and open competition in accordance with FAR Part 6.1, with options to extend services in accordance with FAR Clause 52.217-8. When ordered by issuance of individual Task Orders (TOs), the Contractor shall provide readiness and metrics support to the Fleet Readiness Enterprise (FRE), Naval Aviation (NAE), Surface Warfare (SWE), Undersea (USE), Naval NETWAR/FORCEnet (NNFE), and Naval Expeditionary Combat (NECE) enterprises. The enterprises are composed around specific warfighting domains and their primary providers, working across existing ?stovepipes,? or functi onal commands, to ensure ability to meet the warfighting mission at the lowest possible cost. The primary goal of the enterprise construct is to optimize existing resources and management of all elements of cost in order to achieve required levels of current readiness, save operating funds to re-capitalize the future Navy, and optimize the ability of the enterprise to deliver future capability on schedule and at or below cost. To maximize Enterprise performance, the five key attributes of an Enterprise must exist: (1) defined outputs; (2) process perspective; (3) transparency of all elements to see and react to each other in a timely manner; (4) metrics linked and driving the right behavior to achieve Enterprise results; and (5) discipline to have rigorous accountability for actions. Top level processes in enterprise management include, for example, current readiness, supply chain management; future capability, acquisition and procurement; both current and future total force requirements; and enterprise financial management and metrics. A complete RFP package will available on or about 18 June 2007 by downloading the documents at the NECO Website as follows: http://www.neco.navy.mil or at http://www.fedbizopps.gov. Place of Performance will be east coast, west coast, and potentially Hawaii. The size standard is $6.5M and the applicable NAICS Code is 541611. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above sites; this office will no longer issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. NO SOLICITATION EXISTS AT THIS TIME. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the offerors at anytime prior to award. T he prospective awardees must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling-1-888-227-2423 or via the Internet at http://www.ccr.gov/ the offerors at anytime prior to award.
 
Record
SN01321752-W 20070620/070618221126 (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.