Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

R -- Logistical/Engineering expertise services to support the Common Remotely Operated Weapons Station (CROWS) Program - SOLICITATION

Notice Date
8/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (2TS), 26 Federal Plaza, Room 1809, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
02PA219406A
 
Archive Date
9/30/2009
 
Point of Contact
Edward T. Lew, Phone: (212) 264-4782
 
E-Mail Address
edward.lew@gsa.gov
(edward.lew@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOLICITATION DOCUMENT This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An RFP, price schedule, and ancillary documents for the required services for this proposal are attached to this combined synopsis/solicitation. The General Services Administration, Northeast and Caribbean Region intends to award a firm-fixed price/Time & Materials contract, on behalf of the US Army, Program Office, Combat Soldier Weapon, Picatinny Arsenal, NJ, in response to the attached solicitation for logistical/engineering expertise services to support the Common Remotely Operated Weapons Station (CROWS) Program. The service required will include the follow general requirements: 1.Coordination of the CROWS logistics acquisition activities with HQ DA; 2.Direct the CROWS Supportability Integrated product Team (SIPT); and, 3.To perform the required supportability analyses and coordinate the establishment of the CROWS logistics support elements/infrastructure within the respective Life Cycle Management Commands such as Tank Command (TACOM)-Rock Island Arsenal (RIA), Tobyhanna Army Depot, the Combined Arms Support Command (CASCOM), and other Army proponent/user agencies such as the Military Police, Infantry, Artillery, Engineering, Chemical, Explosive Ordnance Disposal (EOD), Transportation, Special Operations and Stryker, and Joint Services such as the Air Force, Navy, Marines and Other Government Agencies (OGA) such as the Department of Energy’s Nuclear Regulatory Commission (NRC). The supportability analysis support applies to the current procurement and fielding of all CROWS Urgent Material Release (UMR) quantities as well as to any sole source or Full and Open CROWS procurements for the material acquisition program, its testing, material release, fielding, post-fielding analysis, post production support and sustainment planning. This procurement is restricted to Service-Disabled Veteran-Owned Small Business Concerns only, IAW FAR Subpart 19.1405. The procurement method for this requirement shall use the evaluation procedures outlined IAW FAR Subpart 13.106-2. An award shall be made to the proposal that is evaluated to provide the best value to the Government for this effort utilizing the Trade-Off method approach. This approach provides that noncosts/nonprice factors are more important than costs/price factors. The factors are: (1) Management Plan, (2) Prior Experience, (3) Past Performance, and (4) Price. The due date and time for proposals is 26 April 2009, at 1700 hours local time. Proposals submitted electronically or by hardcopy must be received by the due date and time. The primary point of contact for this effort is Ed Lew at 212-264-4782. Upon issuance of the solicitation there may be no verbal contact regarding technical issues or questions. Any questions submitted must be in writing and may be either via fax at 212-264-6012, ATTN: Ed Lew, or via e-mail (preferred method) at edward.lew@gsa.gov. Questions must be received NLT 19 Jun 2009 at 1700 hours local time. Required Central Contractor Registration (CCR) applies to this procurement. To be eligible for award prospective contractors must be registered in the CCR Database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/FTS/2TS/02PA219406A/listing.html)
 
Place of Performance
Address: Bldg 3342 Belt Road and / or Bldg 151 Farley Avenue, Picatinny Arsenal, New Jersey, 07806-5000, United States
Zip Code: 07806-5000
 
Record
SN01908950-W 20090814/090813000653-662e00e8e8229e2928428cf1403b1a63 (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.