Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

R -- Unmanned Aerial Vehicle Support Services

Notice Date
9/8/2011
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0358
 
Point of Contact
Maxine R. Hodges, Phone: 703-312-3676, Andrew J. Lloyd, Phone: 703-312-3675
 
E-Mail Address
hodgesmr@state.gov, lloydaj@state.gov
(hodgesmr@state.gov, lloydaj@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is made in accordance with FAR Part 5.203 and will account for the 15 day pre-solicitation issuance requirement. The anticipated release date for the solicitation is October 1, 2011. The Department of State (DOS), Bureau of Diplomatic Security (DS), Office of Security Technology (ST), has a requirement for a qualified contractor to provide worldwide Unmanned Aerial Vehicle (UAV) support services. The mission of the UAV program is to provide real-time air surveillance of fixed installations, proposed movement routes and movement operations, and special events thereby improving security in high threat or potentially high threat environments. The UAV program shall provide the capability to: •Achieve and maintain situational awareness. •Automatically generate and disseminate high quality video imaging. •Respond to a security incident at locations remote from the core of operations. •Disseminate threat information for use in route planning. •Receive, view, and analyze in route activity. The contractor shall provide Unmanned Aerial Systems (UAS) for Tier I and Tier II/Tier II+ as classified by the United States Air Force appropriate for the missions and flight services specified. The contractor shall also provide a logistics service package to include but not limited to systems management, staffing, operation, maintenance, repair, tools, parts, supply and reporting activities at levels adequate to meet or exceed the requirements of the solicitation. The anticipated period of performance is one base year and four, one-year options. This requirement will be solicited under full and open competition and the contract type is to be determined. The Government reserves the right to issue Firm Fixed Price (FFP) Task Orders for specific tasks approved by the Contracting Officer. Contractor performance will be measured in accordance with the metrics specified in Quality Assurance and Surveillance Plan (QASP). The contract will be awarded utilizing the best value trade-off source selection methodology. For this requirement, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. As technical merit of the offeror's proposals become more equal, the evaluated cost or price may become the determining factor. The National American Individual Classification Standard (NAICS) code for procurement is 541690, Other Scientific and Technical Consulting Services (Security Consulting Services). The contractor will be required to possess a TOP SECRET Facility Clearance at the time of proposal submission. After the solicitation has been posted, a date will be set for vendor questions to be proposed in writing to the Contract Specialist. Proposals are due 30 days after the solicitation has been posted. The contract will be awarded within approximately 45 days after proposal submission. All announcements and amendments made to the solicitation will be posted on FedBizOpps. To receive updates, click on "Register to Receive Notification. This pre-solicitation announcement is for notification purpose only. Do not submit any information in response. Official questions will be taken after the solicitation notice has been posted. All prospective contractors must be registered in the Central Contractors Registry (CCR) in order to be eligible for award. A pre-proposal conference for all interested vendors is anticipated. The date, time and location of the conference will be announced through a posting on FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0358/listing.html)
 
Place of Performance
Address: 1400 Wilson Boulevard, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02568094-W 20110910/110909001100-8806b619eec8ac619160013a0300bbc1 (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.