Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
MODIFICATION

R -- Special Projects Office Support to the US Army Communications-Electronics Research Development and Engineering Center (CERDEC) Quick Reaction & Battle Command Support Division (QR&BCSD)

Notice Date
4/11/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
ID04120033
 
Point of Contact
Amy Venckus, Phone: (813) 458-9276
 
E-Mail Address
amy.venckus@gsa.gov
(amy.venckus@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SYNOPSIS ONLY ANTICIPATED RFP RELEASE DATE WILL BE MAY 1, 2012. Description: The Quick Reaction & Battle Command Support Division (QR&BCSD) of the Command and Control Directorate (C2D) Special Projects Office (SPO), U.S. Army Communications-Electronics Research Development & Engineering Center (CERDEC) supports a variety of C4ISR systems and systems integration programs for various customers which include Tri-Services, Foreign Military Sales Programs, CENTCOM Counter Narcotics, Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), and any other C2D customers that require C4ISR support. The objective of this solicitation is to provide a contractor to support the SPO mission in various specified tasks. The requirements are very diverse and will include engineering, integration, installation, testing, logistics, training, material acquisition, vehicle procurement/leasing, and other support activities as required in support of a variety of C4ISR Special Projects and technology insertion efforts. The requirements and duration of these efforts varies dependent upon the specific effort. Many of the projects will be located within the CENTCOM AOR which may require Secret clearances as well as Top Secret clearances for specific tasks. Period of Performance: (approx) DATES MODIFIED 4/11/12 Base Year: 07/30/2012 - 07/29/2013 Option Year One: 07/30/2013 - 07/29/2014 Option Year Two: 07/30/2014 - 07/29/2015 Option Year Three: 07/30/2015 - 07/29/2016 Option Year Four: 07/30/2016 - 07/29/2017 Contract Type: Anticipated to be a Cost-Plus Fixed Fee (CPFF) Set-aside Status: This solicitation is not a small business set aside. The NAICS code applicable to this procurement is 541330 with a small business size standard of $7.0 Million. This solicitation document incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-54. The FAR requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the Central Contractor Registration (CCR) Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bbe1f4fc3b7a4aec4850c0b44561ad67)
 
Place of Performance
Address: The primary place of performance will be US Army CERDEC with locations at Fort Monmouth, NJ, Fort Dix, NJ, in/around Aberdeen Proving Grounds, MD, Tampa and MacDill AFB, FL, or take place at the contractor's facilities and other government and commercial CONUS or OCONUS locations. OCONUS anticipated sites are as follows: Afghanistan, Azerbaijan, Dubai, Egypt, Jordan, Kazakhstan, Kyrgyzstan, Tajikistan, Turkmenistan, Ukraine, Uzbekistan and Pakistan. Access to classified information will be required at CONUS and OCONUS sites., Contract performance shall generally be Monday through Friday 0730-1700, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government-directed facility closings. The Contractor may be required to provide labor hours in excess of forty (40) hours per work week to include holidays and weekends, and/or during irregular times and shifts based upon mission requirements, operations, or emergencies. However, any hours in excess of forty (40) hours per week shall be approved in advance by the Contracting Officer Technical Representative and the Contracting Officer. The Contractor must at all times maintain an adequate and relevant skilled work force for the uninterrupted performance of all tasks defined within the PWS., United States
 
Record
SN02719837-W 20120413/120411235730-bbe1f4fc3b7a4aec4850c0b44561ad67 (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.