Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

R -- PACOM SCD

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-10-R-0164
 
Point of Contact
Roberta M Richardson, Phone: 202-231-8416
 
E-Mail Address
roberta.richardson@dia.mil
(roberta.richardson@dia.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment corrects the Set Aside Description - This is a total small business set aside. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Part 12 as supplemented with additional information included in this posting. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. Solicitation number HMH402-10-R-0164 is issued as a Request for Proposals. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The NAICS code is 541990 and the business size standard for this NAICS is $7.0 Million. This procurement is a total small business set aside. All prospective offerors must have a Commercial And Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Applications (ORCA) at http://orca.bnp.gov. The period of performance for a base period of 6(six) months from date of award with 4 twelve month option periods. This requirement is for requires services by contractor personnel to provide analytic and information management support to the Joint Intelligence Operations Center (HOC), United States Pacific Command (USP ACOM). This support includes but is not limited to providing contractor personnel to serve as Socio-Cultural Analysts and Information Managers and Geospatial Analysts. These positions will assist USP ACOM HOC in integrating knowledge, information, and data relevant to the strategic and operational environment (Socio-Cultural Analysis - SNA) into intelligence preparations ofthe environment and all-source analytic products that support theater planning, operations, and engagement. The Virginia Contracting Activity intends to award a Fixed Price Level of effort contract. The Government intends to award a single contract to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: 1. Technical/Management Capabilities, 2 Past Performance, 3 Price. The evaluation factors are listed in order of descending importance. Per FAR 52.212-2, the Government reserves the right to make award without discussions. The following FAR provisions and clauses are applicable to this solicitation and are incorporated by reference: 52.212-1 Instructions to Offerors- Commercial Items; 52-212¬3 Offeror Representations and Certifications - Commercial Items; 52-212-4 Contract terms and Conditions - Commercial Items; 52-212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following FAR clauses and provisions being cited as applicable to this acquisition; 52.222-19 Child Labor Cooperation with Authorities; 52.222-19 Prohibition of Segregated facilities; 52.222-22 Previous Contracts and Compliance reports; 52.222-25 Affirmative Action Compliance; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other eligible Veterans; 52.222-376 Affirmative Action for Workers with Disabilities; 52.222¬37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other eligible Veterans; 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term ofthe Contract. The following DF ARS clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission. All clauses and provisions may be found in full text at the following web site: http//farsite.hill.af.mil Proposals and questions are to be emailed to Roberta Richardsn at Roberta.richardson@dia.mil. Only emailed questions will be accepted. Questions must be emailed prior to 3 :00 pm EST on Tuesday, 20 Jul 20 10. The deadline for proposals is 3:00 PM EST on Friday, 30 Ju12010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-10-R-0164/listing.html)
 
Place of Performance
Address: See PWS section 7.2 for Locations, Pearl Harbor, Hawaii, 96814, United States
Zip Code: 96814
 
Record
SN02205661-W 20100716/100714235115-40e393b903be591b370f71f7788f4968 (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.