Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

R -- Professional, administrative, and management support services

Notice Date
3/14/2011
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W91C9G11R0001
 
Response Due
4/27/2011
 
Archive Date
6/26/2011
 
Point of Contact
Trudy H. James, 601-634-4686
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(trudy.h.james@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Title: Joint Program Office (JPO) Support Services for the Joint Test and Evaluation (JT&E) Program Reference W912HZ-10-A-JTE1 SOURCES SOUGHT NOTICE This presolicitation notice is intended to advise industry of intent to compete the Joint Program Office (JPO) Support Services of the Joint Test and Evaluation (JT&E) Program under a competitive nationwide 100% 8(a) set-aside. The Joint Program Office (JPO) support contract will provide program management oversight of resources and test team structure and approach. It will include functional support of technical, contracting, financial, logistics, personnel, and security areas of the test team functions. Work will be performed primarily at JPO sites throughout the continental United States, principally at designated government facilities located in Alexandria, VA, Suffolk, VA and Vicksburg, MS. This firm fixed-price contract will be awarded for a period of 12 months with four (4) twelve month option periods. A solicitation will be posted in FedBizOps on or around 29 March 2011, with a proposal due date on or around 27 April 2011. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15, Best Value. Proposals will be in the form of a technical oral presentation and hard copy submission of certifications, pricing and past performance data. At closing date, offerors will provide written proposal to include pricing, past performance data and technical presentation briefing charts for oral presentation. Oral Presentations of technical portion of proposal will be scheduled to begin on or around 9 May 2011, to be given in Vicksburg, Mississippi. The evaluation factors will be outlined in Section M of the Request for Proposal. Proposals will be evaluated on management plan, past performance, staffing plan (to include a transition plan) and price. Management plan and past performance are equal in importance and are more important than the staffing plan. These three factors, when combined, are more important than price. These evaluation factors are subject to change. Any changes to evaluation factors will be shown in the solicitation. The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. The Government will not provide written paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests for the solicitation package will not be honored. Potential offerors must register on the FedBizOpps website under the Interested Vendor Listing (IVL). Potential contractors are responsible for monitoring this site for the release of the solicitation package and any amendments. You will need the Adobe Reader for.pdf files (www.adobe.com) in order to open most files posted by the Engineering, Research & Development Center (ERDC). Offerors must be registered with the Central Contractor Registration (CCR); you may request an application via phone at 1-888-227-2423 or register online at http://www.ccr.gov. To register with ORCA, you may go online at http://www.bpn.gov/orca/. The point of contact for this synopsis is Trudy James at 601-634-4686, e-mail Trudy.H.James@usace.army.mil or Phoebe Fuller at 601-634-3798, e-mail Phoebe.V.Fuller@usace.army.mil, NOTE: Information contained in this synopsis is subject to change. Any changes made will be contained in the Request for Proposal (RFP) or by an amendment. THIS IS A 100% 8(a) SMALL BUSINESS SET-ASIDE PROCUREMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W91C9G11R0001/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02399730-W 20110316/110314234029-534c4dc545a8ba6c476904f04ed07917 (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.