Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

D -- SSES NexGen DRAFT RFP (Part 4)

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T11RS601
 
Response Due
10/7/2011
 
Archive Date
12/6/2011
 
Point of Contact
Heather Weaver, 443-861-4857
 
E-Mail Address
ACC-APG (C4ISR)
(heather.a.weaver.civ@mail.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
THIS IS NEITHER A SOLICITATION NOR A REQUEST FOR PROPOSAL. NO PROPOSALS ARE SOUGHT. The CECOM Life Cycle Management Command (CECOM LCMC) Software Engineering Center (SEC) provides life cycle software solutions and services that enable the warfighting superiority and information dominance across the enterprise. SEC provides systems, software engineering, and scientific support for a wide variety of Army and Department of Defense (DoD) customers including, most prominently, Army Program Executive Officers (PEOs) and their Project Managers (PMs), Headquarters Department of the Army (HQDA) and its components, and other Joint Service DoD elements. The ultimate customer and consumer of our products and services is the Warfighter in the field. The Performance Work Statement (PWS) describes the services and support outcomes that the SEC will provide to these and to other customers. The resulting contract shall provide personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to satisfy the requirements as defined in this PWS. The awardee(s) shall perform to the standards in this contract and follow-on Task Orders. The contractor(s) working to satisfy the requirements of this PWS will provide engineering and technical services to the CECOM LCMC SEC, its components and their successors. The Government's intent is to issue multiple Indefinite Delivery Indefinite Quantity (IDIQ) contract awards under a Small Business Set-Aside (SBSA) (Restricted) Suite and under a Non-Set-Aside (Unrestricted) Suite using one Solicitation. Offerors may propose under the Unrestricted Suite, the Restricted Suite or under both Suites. Types of contracts will include: Cost Plus Fixed Fee (CPFF), Firm-Fixed Price (FFP) and Time and Materials (T&M).Efforts estimated at $4M and less will be awarded under the Restricted Suite. Actions above the $4M threshold will be issued under the Unrestricted Suite. The Government intends to target 10 awards for the Unrestricted Suite and 5 awards for the Restricted Suite. The period of performance will be a base period of 2 years base period with one 2 year option period and one 1 year option period. On/Off Ramp provisions will be utilized. Three sample tasks will be issued with the formal solicitation. NOTE: A small business may receive an award as a prime contractor under the Restricted Suite, the Unrestricted Suite or under both Suites. If a small business is awarded a contract under the Restricted Suite only, then they may only compete for awards under this Suite, estimated at $4M and less. If a small business receives an award under both Suites, then the rules cited for the particular Suite will apply. A large business may receive an award under the Unrestricted Suite only. The Army Contracting Command- Aberdeen Proving Ground (ACC-APG) is seeking interested sources to provide comments on the SSES NexGen draft documents, to include, at this time, the draft Performance Work Statement (PWS), draft CDRLs, draft cost/pricing spreadsheets, draft section H of solicitation W15P7T-11-R-S601, draft section L of solicitation W15P7T-11-R-S601, draft section M of solicitation W15P7T-11-R-S601, draft section B of solicitation W15P7T-11-R-S601 and other draft attachments. The Government requests that, in addition to any general information and comments regarding the overall SSES NexGen draft document, specific comments should be offered for the cost and pricing spreadsheets as shown in draft Section J. This draft RFP is provided for comment only and shall not be considered as a formal RFP. Additionally, there is no obligation on the part of the Government to acquire any services described in this draft and all posted requirements and terms and conditions are subject to change. The comments offered in response to this announcement may be used in the planning of the Government's acquisition strategy for SSES NexGen and is for information purposes only. No payment for direct or indirect cost will be offered to any interested source in the SSES NexGen procurement. The Government does not intend to award a contract on the basis of this draft. Submission Requirements: Comments shall be provided by Close Of Business (COB) 07 October 2011 and should clearly identify the following: the document being commented upon, the paragraph, the recommended change and the rationale for change. Comments/recommended changes should be submitted via email to Contract Specialist Heather Weaver at Heather.A.Weaver.civ@mail.mil. These comments will be viewed by the Government team only. Questions on draft documentation should be submitted via email to Contract Specialist Heather Weaver at Heather.A.Weaver.civ@mail.mil and Government responses will be posted on the ASFI. Interested parties are responsible for marking proprietary or sensitive information contained in their response. PLEASE DO NOT CONTACT ANY SEC PERSONNEL. DIRECT ALL COMMENTS AND QUESTIONS TO THE ACC-APG POINT OF CONTACT LISTED ABOVE. Disclaimer: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry response to this Draft RFP. If a Solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this Draft RFP that is marked Proprietary will be handled accordingly. Responses to the Draft RFP will not be returned. The Final Solicitation will take precedence over information in this posting and all draft documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bce9e041730c2c818f732b2bceb01df3)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02590292-W 20110925/110923235719-bce9e041730c2c818f732b2bceb01df3 (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.