Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
MODIFICATION

A -- Update of Synopsis for TAOSS

Notice Date
2/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12RA109
 
Response Due
12/31/2012
 
Archive Date
3/1/2013
 
Point of Contact
Timothy Pearson, 443-861-4642
 
E-Mail Address
ACC-APG - Aberdeen Division B
(timothy.s.pearson6.civ@mail.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
The synopsis for the TAOSS effort is hereby updated to reflect a revised expected release date of 16 March 2012: SYNOPSIS For US Army CERDEC Space and Terrestrial Communications Directorate (S&TCD) Technical, Administrative, and Operation Support Services (TAOSS) The United States Army Contracting Command - Aberdeen Proving Ground intends to competitively award multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for Technical, Administrative, and Operation Support Services (TAOSS). Support Services to be obtained under the subsequent contracts include the following: Research and development of efficient terrestrial, airborne, and satellite communications modulation, coding techniques and sub-component technology to enable high data rate transport; development of assured mobile networks that work in complex terrains and a variety of geographical areas; highly efficient, cost effective antennas and subordinate products to sustain robust, high data rate on-the-move communications; and establishing of information superiority to ensure mission critical information is available, connected and secured in an environment of information warfare attacks and unintentional disruptions; development of automated capabilities that integrate the planning, monitoring, and control activities of network management, information assurance, and information dissemination; and a blend of systems engineering, architecture and engineering analysis, modeling & simulation, and experimentation to provide timely, effective, and integrated system architectures. This Acquisition is expected to include a partial small business set-aside under FAR 19.502-3. There will be a set-aside portion and an unrestricted portion. Further detail regarding the set-aside portion of the requirement will be provided in the forthcoming Request for Proposal. Offerors will be asked to indicate whether they wish to be considered for the set-aside portion, the full-and-open portion, or both. The Government anticipates, to the extent practicable, making up to four awards under the full-and-open competition portion, and at least three awards under the small business set-aside portion. The Period of performance will include a Thirty-six (36) month Base Period and two twelve (12) month Option Periods. Contract Type will vary by Task Order but may include Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Time and Materials (T&M) elements as needed. Award will be based on the best overall (i.e. Best Value) proposals determined to be the most beneficial to the Government, with appropriate consideration given to the Evaluation Factors specified in the solicitation. This synopsis is provided for informational purposes only and is not to be considered a Request for Proposal (RFP). The Government plans to issue the Request for Proposal (RFP) on or about 16 March 2012. Solicitation Number W15P7T-12-C-A109 has been assigned for this Acquisition. The North American Industry Classification (NAICS) Code is 541712, with a small business size standard of 500 employees. A successful small business receiving a contract under the set-aside MUST be capable of performing 50% of the complete contract per FAR Part 52.219-14 Limitations on Subcontracting. The Offeror's proposal shall be submitted electronically via the Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi. ASFI User guides and Frequently Asked Questions can be found at: https://acquisition.army.mil/asfi/ASFI_FAQ.cfm. Offerors need to have a current profile at the Central Contractor Registration (https://www.bpn.gov/ccr/default.aspx) in order to submit proposals. Points of Contact: Contracting Officer - Thomas M. Moore, (609) 562-4108; Contract Specialist - Timothy Pearson, (443) 861-4642
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef2495bd0e1de14fd06c6b1297ded67b)
 
Place of Performance
Address: ACC-APG - Aberdeen Division A HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02684101-W 20120229/120227235231-ef2495bd0e1de14fd06c6b1297ded67b (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.