Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

R -- EXPRESS - 2008 Open Season to Add Small Business BPA Holders

Notice Date
9/3/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Missiles), US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q08TEXPRESS
 
Response Due
10/8/2008
 
Archive Date
12/7/2008
 
Point of Contact
Marcia Tully, 256-842-7409<br />
 
Small Business Set-Aside
N/A
 
Description
RFQs for EXPRESS have been posted to the EXPRESS Website at the following link: https://ams8.redstone.army.mil/acweb/acwebdba.acweb_systems_public2?p_system_id=1&p_link_id=83 The response date is October 8, 2008 at 2:00 p.m., CST. All documentation required for response to the RFQs is available on the website above. The RFQs contain specific instructions for submittal of quotations. RFQ Numbers are as follows: W31P4Q-08-T-0418 (B&A), W31P4Q-08-T-0675 (LOG), W31P4Q-08-T-0676 (PROG), and W31P4Q-08-T-0677 (TECH). The Government intends to award the following BPAs in the domains noted: B&A two, Logistics three, Programmatic three, and Technical five. These are estimated numbers only. The Government reserves the right to vary the number of awards depending on the number of responsive quotations submitted. Eligibility to compete for the anticipated BPA awards is limited to those small businesses who hold one of the required GSA schedules and who meet the size standards for the NAICS applicable to that schedule identified as primary for the EXPRESS program. Participation is NOT limited to those companies that responded to the RFI in June 2007. Respondents may seek consideration as a prime/team leader in more than one domain. Each prime/team leader is required to hold at least one of the following GSA schedules at the time it responds to the Request for Quotation (RFQ): 871-Professional Engineering Services (PES), 874V-Logistics Worldwide (LOGWORLD), 874-Management Organizational and Business Improvement Services (MOBIS), 70-Information Technology (IT), or a 00CORP-Consolidated Products and Services Schedule (formerly Corporate Schedule) including appropriate PES, LOGWORLD, MOBIS, or IT Special Item Numbers. Respondents may submit multiple schedules per domain in response to the RFQ. However, a primary schedule that will be used by the prime/team leader to satisfy the majority of the domain requirements must be identified. Companies interested in obtaining a GSA schedule, or expediting a schedule application that has been submitted may contact the local representative, Steve Sizemore via email at steve.sizemore@gsa.gov. If MOBIS or LOGWORLD is identified as the primary schedule, the NAICS Code and business size standard assigned to the respondents schedule by GSA will apply. If PES is identified as the primary schedule, NAICS 541330 and a size standard of $27M, will apply to the Business & Analytical, Logistics and Programmatic Domains and NAICS 541712 and a size standard of 1,000 employees will apply to the Technical Domain. If IT is identified as the primary schedule, NAICS 541511/541512/541513 and a size standard of $25M will apply to all domains. If the Consolidated Products and Services Schedule is identified as the primary schedule, the primary special item number covered by this schedule (PES, MOBIS, LOGWORLD, or IT) that will be used to satisfy the majority of domain requirements must also be identified. The NAICS and size standard for the primary special item number, as identified above, will then apply. Respondents are cautioned that failure to meet the following criteria will render their submission non-responsive, and they will not be considered for award: (1) The proposed prime/team leader must hold one of the required GSA schedules, as of the date of submission of quote, (2) The proposed prime/team leader must meet the small business size standard for the NAICS applicable to the schedule identified as primary for the EXPRESS program, (3) Submission of all required documentation as stated in the RFQ.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e09b411d76086b02cc4125cc9811945&tab=core&_cview=1)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL<br />
Zip Code: 35898-5280<br />
 
Record
SN01658087-W 20080905/080903222953-5e09b411d76086b02cc4125cc9811945 (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.