Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2012 FBO #3963
SOLICITATION NOTICE

58 -- Product Manager Force Protection Services Omnibus

Notice Date
9/28/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-12-R-0036
 
Response Due
12/7/2012
 
Archive Date
2/5/2013
 
Point of Contact
Jennifer Kotar, 4073843749
 
E-Mail Address
ACC-APG - Natick (SPS)
(jennifer.a.kotar.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The mission of Product Manager, Force Protection Systems (PdM-FPS) includes providing timely, affordable, modular, scalable, supportable and integratable physical security and FP capabilities to tactical forces, military installations and Other Governmental Agencies (OGA). To fulfill the mission, PdM-FPS will acquire ancillary equipment and required services to install, operate, de-install/re-install, reconfigure, refurbish, retrofit, retrograde, integrate and modify FP systems, equipment and components when and where needed and require site remediation as required for the installation process. Integral to the success of the PdM-FPS mission is the FP/PSE life cycle support cost reduction. PdM-FPS is using a two-pronged approach to achieve success: (1) competing requirements among qualified contractors over the life of the planned acquisition; and (2) reducing troop-to-task by providing cross-functional Field Service Representatives (FSR) with the skill sets necessary to maintain a variety of systems already fielded under the Original Equipment Manufacturer's (OEM) products-based omnibus and any new contracts. Five primary areas of support required to perform the mission include: activities to effect movement of equipment within and outside theaters of operation; Operational and Field Support; Training and Help Desk Support; Test and Evaluation; and Program Management and Transition. The contractor shall provide all personnel, equipment, tools, materials, supervision and non-personal services as defined in the Performance Work Statement (PWS) at Government sites in CONUS and OCONUS, including but not limited to, Forward Operating Bases (FOB) and Combat Outposts (COP) in Afghanistan, Iraq, Kuwait and Qatar. Award of the basic IDIQ contracts will be made based upon a Best Value Trade-Off competitive source selection strategy and the Government reserves the right to award without discussions. In the evaluation of written proposals, the Government will clearly identify all factors and significant subfactors that will affect contract award and their relative order of importance in the solicitation. PdM-FPS anticipates making two or three contract awards to offerors whose proposals are most advantageous and represent the best value to the Government. Subsequent to award, PdM-FPS anticipates competing the TOs among the IDIQ contractors and award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Therefore, the prices established in the IDIQ awards are a ceiling price, not a basement price. TO offerors are strongly encouraged to discount their prices during the TO Lowest Price Technically Acceptable competition. The competitive TO source selection approach will be dependent upon complexity and risk associated with the specific TO requirement. This is a FFP, Indefinite Delivery Indefinite Quantity (IDIQ), multiple (2-3) award contract for a five-year period of performance, including one 2-year base period, three-1 year option periods and one six-month option (if required). The maximum cumulative dollar value of all Task Orders (TO) under this contract may NOT exceed $249,300,000.00. Once the contract ceiling of $249,300,000.00 is reached, no further TOs shall be allowed under this contract. NAICS code 541330 ($14M). Firm Fixed Price Arrangement. This requirement shall be accomplished on a Firm Fixed Price IDIQ basis. Scope. The contractor, as an independent contractor and not as an agent of the Government, shall provide all the necessary resources (except those furnished by the Government), personnel, equipment, tools, materials, supervision and non-personal services, to accomplish tasks as defined in the Services Omnibus PWS at Government sites in CONUS and OCONUS locations, including but not limited to Afghanistan, Kuwait, Iraq and Qatar. Base Contract Award. The base contract award shall be for twenty-four months. The contractor shall perform the services required for the base period for CLINs 0001-0033. Option Requirements. The contractor shall perform, at the Government's discretion and when ordered, the services required for the Option Periods as follows: Option 1 POP - twelve months CLINs 1001 - 1033 Option 2 POP - twelve months CLINs 2001 - 2033 Option 3 POP - twelve months CLINs 3001 - 3033 Option 4 POP - 6 months (if required) CLINs 4001 - 4033 Specific requirements will be identified in individually negotiated and awarded TOs. TOs will be awarded on a Firm-Fixed Price (FFP) basis. Travel will be cost reimbursable. The Joint Travel Regulations (JTR), while not wholly applicable to contractors, shall provide the basis for the determination as to what is reasonable and allowable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dbab06f52fa79d5654bb734c5d7a06a8)
 
Place of Performance
Address: Product Manager Force Protection Systems (Primary) 5900 Putnam Road, Bldg 365, Suite 1 Fort Belvoir VA
Zip Code: 22060
 
Record
SN02903185-W 20120930/120928235950-dbab06f52fa79d5654bb734c5d7a06a8 (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.