Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

R -- The United States Army Contracting Command - Aberdeen Proving Ground, 21005 - Announcement of Government's intent to solicit for Custom Computer Programming Services (541511).

Notice Date
3/3/2015
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC-APG - Aberdeen Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR15R0007
 
Response Due
3/19/2015
 
Archive Date
5/2/2015
 
Point of Contact
Mark K. Rollins, 4438614866
 
E-Mail Address
ACC-APG - Aberdeen Division E
(mark.k.rollins2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government intends to issue a solicitation W56JSR-15-R-0007 for Avionics Software Engineering and Project Management support services to support the U.S. Army Communications-Electronics Command (CECOM) Software Engineering Center (SEC)/Intelligence, Electronic Warfare & Sensors (IEW&S/Aerial and Terrestrial Sensors (A&TS)-Mission Equipment Support (MES) Branch. The Government intends to solicit the requirements as a totat small business set-aside (SBSA) per FAR Subpart 19.5-Set-Asides for Small Business. This effort will provide support for Post Deployment and Post Production activities, system/software engineering and integration support for aviation systems, Tactical Air Traffic Control, and Command and Control systems. The North American Industry Classification System (NAICS) Code for this requirement is 541511, for which the small business size standard is an average of not more than $27,500,000.00 in annual receipts. This requirement includes MIL-STD-1553 engineering, validation and testing, and system integration support. The anticipated award will be for an estimated $14M Cost Plus Fixed Fee (CPFF) Term type Indefinite Delivery Indefinite Quantity (IDIQ) contract, consisting of a single award IDIQ contract with a 3-year ordering period for CPFF and Firm Fixed price (FFP) type orders. The antipated contract award is June 2015. The following types of services will be required: provide program management/administrative support, software development, configuration management, software engineering environment support, verification and validation (V&V), data bus engineering support, test support, fielding support, prototyping and fabrication support, and contractor mandatory training. Government facilities will be provided for this effort at the CECOM SEC facility at Building 6006 Combat Drive, Aberdeen Proving Ground (APG), MD 21005. The contractor in support of this requirement shall utilize these facilities as the primary locations for management, system and software engineering, and software maintenance work. In order to maximize productivity during performance of the contract with the optimal utilization of the Government laboratory, all contractor engineers are required to work on-site. Other performance associated with program, budget analyst, cost estimates, invoices, contractor office administration are allowed to work off-site. The highest level of facility clearance required for the contractor to perform on this contract is SECRET. The highest level of classified material the contractor will be required to safeguard at its own facility is SECRET. Interested Offerors must: 1) Have an adequate accounting system for determining cost applicable to a CPFF contract; 2) Have the financial ability to sustain this effort under a cost-reimbursement type contract of this size; 3) Have the ability to comply with FAR 52.219-14, Limitations of Subcontracting, where at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern. Additional information regarding this requirement was provided under FedBizOpps Sources Sought Notice, W56JSR-15-R-Avionics, which was posted on 2 December 2014. The incumbent contractor for this effort, operating under contract W15P7T-12-D-C913 is: Envision Innovative Solutions, Inc. 2310 RTE 34 STE 1B Manasquan, NJ 08736-1400 This synopsis is provided for informational purposes and shall not be considered a request for proposal (RFP). Solicitation W56JSR-15-R-0007 is assigned for reference purposes. The United States Army Contracting Command-Aberdeen Proving Ground (ACC-APG) has established the Federal Business Opportunities (FEDBIZOPPS) website as part of the Army's Single Face to Industry, to allow electronic posting of Solicitation for RFP, Request for Quotations (RFQ), and invitation for Bids (IFB) from Industry. All parties interested in doing business with the United States Army Contracting Command, are invited to access, operate, send and receive information from the FEDBIZOPPS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7b4c2fc876eab01108588da9ab45daa4)
 
Place of Performance
Address: Communications-Electronics Command (CECOM) SEC facility 6006 Combat Drive Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03657442-W 20150305/150303235123-7b4c2fc876eab01108588da9ab45daa4 (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.