Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
MODIFICATION

R -- Electronic Warfare Integrated Reprogramming (EWIR) Analysis, Production and Process Support - Presolicitation Questions and Answers

Notice Date
6/28/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-11-R-0010
 
Response Due
9/30/2011
 
Archive Date
11/29/2011
 
Point of Contact
William T. Bickley, 434-980-7596
 
E-Mail Address
National Ground Intelligence Center
(william.t.bickley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The anticipated release date of the request for proposal (RFP) is on, or about, July 15, 2011. W911W5-11-R-0010 EWIR Presolicitation Questions and Answers 1. Will there be an industry day at NGIC for vendors to meet face-face with the customer? 1 A: There will not be an industry day. 2. Under this IDIQ effort, is it expected that the bulk of the work is to be performed at NGIC or if it acceptable that the work will be performed off-site (we have SCIFs in our facility)? 2 A: The primary place of performance is anticipated to be the contractor's facility, within 50 miles of the NGIC, 2055 Boulders Road, Charlottesville, VA 22911 and the secondary place of performance is anticipated to be on-site at workstations at the NGIC. 3. Will the solicitation have a small business requirement? 3 A: It is anticipated that the Federal Acquisition Regulation (FAR) clause 52.219-8, Utilization of Small Business Concerns, will be included in the solicitation, and subsequent contract, for this requirement, since the contract amount is expected to exceed the simplified acquisition threshold. 4. Will there be a requirement for bidders to have facilities cleared for processing and handling of SECRET material in the Charlottesville area? 4 A: It is anticipated that facilities and safeguarding measures cleared to SECRET will be required, within 50 miles of the NGIC, 2055 Boulders Road, Charlottesville, VA 22911. 5. Where is the anticipated Place of Performance for this effort? 5 A: The primary place of performance is anticipated to be the contractor's facility, within 50 miles of the NGIC, 2055 Boulders Road, Charlottesville, VA 22911 and the secondary place of performance is anticipated to be on-site at workstations at the NGIC. 6. Will there be a requirement for the proposal to be delivered in hardcopy, or will delivery on CDs be acceptable? If hardcopy is required, can supplemental information be provided in softcopy? 6 A: It is anticipated that proposals should be submitted in soft copy. Any classified portions of offerors' proposals can also be submitted in soft copy delivered on CDs through the appropriate channels. Further guidance on this subject will be provided in the solicitation. 7. Will delivery of the classified response to the sample Task Order be allowed by courier? 7 A: Yes. 8. Will contractors be allowed to employ additional open source material in generating their response to the sample Task Order, or will it be limited to the information provided? 8 A: No. In responding to the sample task order, offerors will be directed to use the classified information NGIC will provide. Use of any other materials, whether classified or from open sources, in preparing a response to the sample task order could introduce errors that would more than likely lower the evaluation rating of the offeror's response. 9. Will the sample Task Order require production of a Legacy EWIR or Next Generation EWIR system file as part of the response? 9 A: No. Offerors' proposals should address the work and costs involved in producing EWIR products for the sample task order, but offerors should NOT actually create or submit Legacy EWIRDB or Next Generation EWIRDB System products as part of an offeror's response. 10. I am hoping that you are confident that funding will be forthcoming? 10 A: Funding is available for this requirement. 11. Questions were asked about the previous contract for EWIR support. 11 A: The previous contract number was W911W4-05-D-0002. The contractor was Syracuse Research Corp and the total value was estimated to be $20,000,000.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-11-R-0010/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN02484502-W 20110630/110628235007-2be5294486c1c58f6bd3d7fe16338a81 (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.