Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

R -- Solutions for Intelligence Analysis (SIA) Support

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, Missile and Space Intelligence Center, Building 4545 Fowler Road, Redstone Arsenal, AL, 35898-5500, UNITED STATES
 
ZIP Code
35898-5500
 
Solicitation Number
HHM402-07-R-0087
 
Point of Contact
Donna McMullen, Contract Specialist, Phone 256-313-0000, Fax 256-313-7660, - Donna McMullen, Contract Specialist, Phone 256-313-0000, Fax 256-313-7660,
 
E-Mail Address
dimcmdr@msic.dia.mil, dimcmdr@msic.dia.mil
 
Description
Pre-Solicitation Notice-SIA RFP # HHM402-07-R-0087 SUBJECT: Request for Proposal RFP of the Solutions for Intelligence Analysis (SIA) Support IDIQ The SIA program will satisfy a wide range of analysis initiatives in support of the Defense Intelligence Agency (DIA) and other intelligence community customers. Specifically, the SIA program requirements cover defense subjects, areas of interest, and intelligence topics. Vendors shall provide the expertise to allow the defense intelligence community to meet all operational and mission requirements relating to the following four overarching topic areas: Gathering and Collection, Analysis, Utilization, and Strategy and Support, each having numerous related sub-topics. In accordance with the Federal Acquisition Regulation (FAR), the Virginia Contracting Activity (VACA) contemplates establishing one or more Indefinite Delivery type contracts in support of the SIA program. The Government intends to award contracts to only those vendors that can provide the full range of services as required in subsequent Request for Proposals (RFP). Vendors are encouraged to engage in Contractor Teaming Arrangements with other contractors to provide a complete solution to the Government?s requirement. Any teaming arrangement shall contain a clearly designated team leader/prime along with team members. The contractor designated as a prime shall serve as the focal point for interactions with the Government during the entire phase of this acquisition process. Prime contractors may only participate on a single team. The number of team members per team is not limited. All team leaders and teaming partners must be in compliance with all terms and conditions of the solicitation prior to submission of a response. If a response to this RFP fails to demonstrate compliance with these terms and conditions, the Vendor will not be considered for an award. As a result of this RFP, the Government intends to make an estimated five (5) awards, yet reserves the right to award none, or any other number of contracts, depending on the quality of submissions. The decision to award more than one contract is within the Government?s unilateral discretion and subject to the Contracting Officer?s determination as to whether or not multiple awards are in the Government?s best interests. The actual number of awards will depend heavily on the evaluation of the proposals. The evaluation factors will include: Technical Capability, Past Performance, Small Business Participation, and Cost. The VACA anticipates that subsequent task orders will be placed against the awarded contract(s) over a five-year period. Orders will be competed using criteria per the ordering procedures outlined in the FAR Part 16.5. These orders will be priced against established hourly rates, discounted as applicable, for a total firm fixed price or ceiling price against performance based requirements to the maximum extent possible. The anticipated award of these contracts and subsequent delivery orders are expected in early FY08. The VACA estimates that the total price of all work to be performed under the contract(s) will exceed $1 billion. This figure is only an estimate and there is no guarantee that any orders will be placed. The SIA schedule is anticipated as follows (all dates are estimated): ?Request for Proposal Issued: 27 August ?RFP Questions due to DIA: 30 August (1200) ?Pre-Proposal Conf. Registration*: 30 August (1200) ?Pre-Proposal Conference in DIAC: 13 September (0830-1100) *A maximum of three representatives per team will be admitted to the SIA Pre-Proposal Conference to be held on Bolling AFB, in the DIAC. Questions shall be submitted to Ms. Donna McMullen, Contracting Officer, via fax (256)-313-7660 Or e-mail at: dimcmdr@msic.dia.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/DIA/ZD50A/HHM402-07-R-0087/listing.html)
 
Place of Performance
Address: Washington, DC and Worldwide
Zip Code: 20340
Country: UNITED STATES
 
Record
SN01387022-F 20070829/070827222843 (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.