Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
MODIFICATION

D -- Final RFP DISA Test & Evaluation Mission Support Services - Solicitation 1

Notice Date
1/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-11-R-2010
 
Point of Contact
Mardell I Miller, Phone: 520-538-0372, Nancy Johnson, Phone: 520-538-5529
 
E-Mail Address
mardell.miller@disa.mil, nancy.johnson@disa.mil
(mardell.miller@disa.mil, nancy.johnson@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Quality Assurance Surveillance Plan (QASP) WD Fort Meade 05-2248 WD District of Columbia 05-2104 WD AZ 05-2026 DD254 Performance Work Statement (PWS) Final Request for Proposal THIS AMENDMENT IS BEING ISSUED TO CHANGE THE TYPE OF SOLICITATION NOTICE FROM A COMBINED SYNOPSIS/SOLICITATION TO A PRESOLICITATION NOTICE. The date for question submittals is being corrected from February 18, 2010 to February 18, 2011. More readable wage determinations are posted in the solicitation package. The pre-proposal registration on the JITC website will be available shortly. THIS SOLICITATION IS BEING RESYNOPSISED AND POSTED AS A PRESOLICITATION, IT WAS INADVERTENTLY POSTED AS A COMBINED SYNOPSIS/SOLICITATION. THIS WILL NOT AFFECT THE REQUEST FOR PROPOSAL. This Defense Information Systems Agency (DISA) Test & Evaluation (T&E) Mission Support Service (MSS) solicitation will provide test and evaluation support for the DISA T&E Executive Office (TEO) and the DISA Joint Interoperability Test Command (JITC) in order to fulfill their DISA T&E mission. The Contractor will be required to support tasks to perform a wide range of non-personal services to encompass testing, scientific, engineering, logistic, administrative, and ancillary support of the DISA T&E mission. The services will include all support aspects, including the operation and maintenance of the test tools, labs, networks and infrastructure, and administrative support cells. The Contractor will be required to have familiarity and knowledge of all aspects of the technical and operational characteristics of selected Command, Control, Communication, Computer and Intelligence (C4I), Automated Information Systems (AIS), Information Technology/National Security Systems (IT/NSS), tactical, strategic, and other equipment/systems, and joint and combined architectures and standards used by DoD and Government. This is a solicitation notice for the final request for proposal, which includes multiple attachments. Additional background information can be found on the JITC website: http://jitc.fhu.disa.mi/ at the DISA T&E MSS Reading Room link. Contractors will be given 45 days for preparation of proposals from the posting date of the solicitation announcement, due 5 p.m. local time on 10 March 2011. Past performance questionnaires will be due 14 days prior to the deadline for proposals, which are due on 24 February 2011, 5 p.m. local time. Questions may be submitted in writing and emailed to mardell.miller@disa.mil and nancy.johnson@disa.mil through 5 p.m. local time on 18 February 2011. All questions and answers will be posted as an addendum to this announcement. A pre-proposal conference is tentatively scheduled to be held on February 9, 2011 from 0900 to 1600 at JITC, 2001 Brainard Rd., Building 57305, Fort Huachuca, Arizona, including a local lab tour. A second pre-propsal conference will be held on Feb 16 and 17 at Indian Head, Maryland, including local lab tours for Indian Head, MD; Skyline 7, Falls Church, VA; and Fort Meade, MD. The pre-proposal conference information will be identical at both locations. Any changes to the conference and site tours will be posted as an amendment to this synopsis. Attendees must be registered in advance to attend the conference. Only two representatives per company will be allowed. Registration will be available by visiting the JITC website http://jitc.fhu.disa.mil/ at the JITC Recompete link, where the agenda of the pre-proposal conference and multiple site tours will be posted. Additonal information regarding the locations and security requirements for the Indian Head conference and site tours will also be posted on this site prior to the conferences. No cell phones, Blackberries, cameras, or recording devices of any kind will be permitted on site tours. The resultant contract(s) will be a multiple award IDIQ contract with Firm-Fixed-Price (FFP) and Cost Plus Fixed-Fee (CPFF) CLINS. There will be a one year base ordering period with (4) one year option ordering periods. The Government expects to award at least two to four contracts, but reserves the right to award more than four awards or no award at all.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-11-R-2010/listing.html)
 
Place of Performance
Address: JITC, 2001 Brainard Rd, Fort Huachuca, AZ 85670-2798, JITC, 3341 Strauss Ave, Indian Head, MD 20640-5035, JITC, Ft. Meade, MD, Various world-wide locations, Fort Huachuca, Arizona, 85670, United States
Zip Code: 85670
 
Record
SN02365955-W 20110127/110125234329-20f0c30aa7aadca218b9add5224f9519 (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.