Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
MODIFICATION

R -- The Maneuver Center Of Excellence (MCoE)

Notice Date
9/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124710R0002
 
Response Due
10/4/2010
 
Archive Date
12/3/2010
 
Point of Contact
Christian Freire, 910432-9355
 
E-Mail Address
Fort Bragg Contracting Center
(christian.freireacosta@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command Center- Fort Bragg (MICCC-FB) would like to provide industry with an update of the US Army Maneuver Center of Excellence (MCoE) service support requirement. The revised MCoE strategy was approved on Friday, August 6th, 2010 and it is summarized as follows: The North American Industrial Classification System (NAICS) code for this acquisition remains as 541990 (All Other Professional, Scientific, and Technical Services) and the small business size standard is $7 million. The resultant contracts will be awarded as Multiple Award Indefinite Delivery/Indefinite Quality (ID/IQ) contracts with a base period of one (1) year from date of award with four (4) one-year option periods and FAR Clause 52.217-8, Option to Extend Services. The total estimated total ceiling for this acquisition, base and all option years, is $458 million. The Government intends to issue one solicitation resulting in the award of two multiple-award task order contract (MATOC) suites. The MCoE support services will be solicited through the Request for Proposals (RFP) W91247-11-R-0002 as a full and open competition. All non-complex task orders will be competed under Suite 1 (100% Small Business Set-Aside). Non-complex is defined as task orders covering a single primary task area out of primary task area 2 and 5 or a combination thereof. All other task orders will be issued under Suite 2 (Unrestricted). Any task order including task areas 1, 3, 4, 6, and 7 will be competed under Suite 2 (Unrestricted) regardless of whether the task order also includes tasks under task areas 2 and 5. Only firms awarded a contract under Suite 1 will be eligible for fair opportunity for consideration of task orders issued under Suite 1. Only firms awarded a contract under Suite 2 will be eligible for fair opportunity for consideration of task orders issued under Suite 2. Small business firms who are an awardee under both Suite 1, and Suite 2 will only receive one contract award but will be included in both suites and provided fair opportunity for consideration for all task orders issued under the applicable Suite. Set-asides do not apply within Suite 1 or Suite 2. All firms awarded contracts under the applicable suite will be provided fair opportunity for consideration for all task orders under the applicable suite, unless an exception to fair opportunity applies. Small business firms awarded a contract under Suite 1, but not a contract under Suite 2, will only be provided fair opportunity for consideration of task orders issued under Suite 1. Suite 1 will consist of 4 - 6 awards, while Suite 2 will consist of 6 - 8 awards. Evaluation and award of both, Suite 1 (100% Small Business Set-Aside) and Suite 2 (Unrestricted, Full and Open) will be based on a Best Value Trade-Off utilizing the formal Source Selection Procedures. The Government will select the best overall offer(s) based upon an integrated assessment of four factors and their elements: "Factor 1: Mission Capability Element 1A: Management Approach Element 1B: Teaming Approach Element 1C: Staffing & Training Approach Element 1D: Response to Scenario Element 1E: Quality Control "Factor 2: Past Performance Only Relevant and Recent (3 years) Quality of service, Timeliness of service, Cost controls, and Business relations "Factor 3: Cost/Price Evaluated for realism, reasonableness, and balance "Factor 4: Small Business Participation Plan (Suite 2) Prior level of small business commitment Current level of small business commitment Five elements "Extent firms are specifically identified in the proposal "Commitment to use those firms "Complexity and Variety of small business work "Past Performance in complying with FAR 52.219-8/9 "Small business participation (Total percentage allocation) Under Suite 1, the Mission Capability Factor is more important than Past Performance, and the Mission Capability and Past Performance, when combined, are more important than Cost/Price. Under Suite 2, the Mission Capability Factor is more important than Past Performance, the Past Performance is more important than Small Business Participation, and the Mission Capability, Past Performance, and Small Business Participation, when combined, are more important than Cost/Price The Government has determined the synopsis will be uploaded to the ASFI and FBO website at a later date to be determined. The procurement team is working diligently to revise the DRAFT RFP provided on the previous Industry Day to correlate to the language and conditions on the approved MCoE strategy discussed above. Upon completion, the Government will submit a copy of the solicitation packet to the Office of the Assistant Responsible for Contracting (OPARC) for approval. Once submitted, the Government will be providing a pre-solicitation notice communicating the release date of the DRAFT RFP, the convention date of the Third Industry Day RFP Presentation, and the release date of the FINAL RFP. Potential Offerors are responsible for monitoring the sites for release of information, synopsis and/or copies of the solicitation package upon release. Questions or concerns relating to this notice should be addressed to Mr. Christian Freire, Contract Specialist at christian.freireacosta@us.army.mil or phone (910) 432-9355 / Fax: (910) 396-5603. Thank You
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0191f6c478a8c3e11d3367f40bdc5ed9)
 
Place of Performance
Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02292847-W 20100924/100922235735-0191f6c478a8c3e11d3367f40bdc5ed9 (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.