Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

D -- Fort Eustis, VA Deployed Digital Training Campus - Prototype (DDTC-P)

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W26R1P10205001
 
Response Due
9/16/2010
 
Archive Date
11/15/2010
 
Point of Contact
Richard Downs, 7578782800x2225
 
E-Mail Address
Fort Eustis Contracting Center (W911S0)
(richard.downs@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. Solicitation W26R1P10215001 is being issued as a request for quote. This action is a 100% service-disabled veteran-owned small business set-aside. The NAICS code is 541519 and the small business size standard is $25.0M. The US Army Training Support Center (ATSC) has a requirement for Deployed Digital Training Campus Prototype (DDTC-P) Contractor Support. The requirement includes providing operations, maintenance, off site installation support, and satellite air time, for prototype Deployed Digital Training Campus (DDTC-P or prototype DDTC) suites currently deployed by TRADOC, as well as those that may be required in support of TRADOC missions and TRADOC partner missions, IAW the attached Performance Work Statement (PWS). It is anticipated that the performance-based contract will provide for a 12-month base period and one 12-month option period. The Government contemplates award of contract resulting from the solicitation. All information submitted will be at no cost to the Government. All quotes and supporting documentation are due NLT 12:00 pm EST on 16 September 2010. All interested offerors shall submit price quotes to this office on the attached CLIN structure document. All CLINs concerning travel and unscheduled maintenance are cost reimbursable with not-to-exceed (NTE) limits of $7,916 and $20,000 per month respectively based off historical data and government estimates. Offerors shall not submit a different amount for these CLINs. Submission of a different amount shall not prejudice the quote evaluation; however, any submitted amounts other than those listed will be ignored for evaluation purposes. Offerors shall also input a value for all Contract Manpower Reporting (CMR) CLINs. Any values not inputted for these CLINs will be automatically assumed to be no-charge. For further information regarding CMR, please refer to Section 20 of the attached Local Instructions and the attached CMR document. Offerors shall follow all other submission instructions contained in the attached Local Instructions document ensuring that all quotes contain the information requested in Section 10 (Central Contractor Registration). Quotes shall be evaluated in accordance with the criteria in FAR 52.212-2 Evaluation Commercial Items and Section 12 of the Local Instructions. If offeror is not actively registered in ORCA, offeror shall complete paragraphs (c) through (m) of the provision at FAR 52.212-3 Offeror Representations and CertificationsCommercial Items and return as part of the quote submission. FAR 52.212-3 Offeror Representations and CertificationsCommercial Items is incorporated by full text in the attached Applicable Clauses and Provisions document. Offerors who are not registered in ORCA and fail to include FAR 52.212-3 (complete) as part of the quote may be deemed non-responsive and not considered for contract award. This contract is subject to availability of funds. Interested offerors shall review FAR 52.232-18 in the attached Applicable Clauses and Provisions document. There are no anticipated problems with obtaining further funding at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1fbc31c0e9654dc28f8b2f8e53c720db)
 
Place of Performance
Address: Fort Eustis Contracting Center (W911S0) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02275353-W 20100911/100910000402-1fbc31c0e9654dc28f8b2f8e53c720db (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.