Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

R -- THEATER SPECIAL OPERATIONS AND EXPEDIDTIONARY WARFARE CUSTOMER SERVICE - Solicitation 2

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - RTP, PO BOX 12211, RESEARCH TRIANGLE PARK, North Carolina, 27709-2211, United States
 
ZIP Code
27709-2211
 
Solicitation Number
W911NF-15-R-0018
 
Archive Date
10/24/2015
 
Point of Contact
Andrew Ulrich, Phone: 91954154659, Lisa Gregory, Phone: 9195411001
 
E-Mail Address
andrew.j.ulrich4.civ@mail.mil, lisa.m.gregory20.civ@mail.mil
(andrew.j.ulrich4.civ@mail.mil, lisa.m.gregory20.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 8 DD Form 254-Contract Security Classification Specification Attachment 7 Annual Small Business Participation Report Attachment 6 List of Approved Subcontractors Attachment 5 Past Performance Questionnaire and Survey Attachment 3 Utilization of Small Business Attachment 2 Cost Summary Sheet Attachment 1 Fee to Solicitation W911NF-15-R-0018 Exhibit A DD Form 1423 Contract Data Requirements List (CDRLs) to Solicitation W911NF-15-R-0018 Solicitation W911NF-15-R-0018 This is a SOLICITATION notice for the US Army Night Vision and Electronic Sensors Directorate (NVESD) Theater Special Operations and Expeditionary Warfare Customer Support requirement. DO NOT UTILIZE THE SOLICITATION LINK POSTED TO WWW.FBO.GOV via ASFI ON 09/10/2015 AT 3:00 PM EST NOR THE ATTACHMENTS FOUND ON THE ASFI WEBSITE PERTAINING TO W911NF-15-R-0018. ONLY UTILIZE THE ATTACHMENTS INCLUDED IN THIS WWW.FBO.GOV NOTICE. This is NOT an authorization to begin work, and does NOT commit the Government to purchase any services. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of any responses to this notice. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Research Triangle Park (RTP) Division has a requirement for organizational, administrative and technical support and equipment, as tasked, for Combatant Commands (COCOMs), Theater Special Operations Commands (TSOCs) and other headquarters or command and control elements that are engaged in small unit operations, expeditionary warfare, or special operations. The TSOC multiple award indefinite-delivery indefinite-quantity (MA IDIQ) contract vehicle will provide support to NVESD, COCOM's, TSOC's, SOF, and other Army, Department of Defense (DoD), U.S. Government, and industry stakeholders/customers. SPECIAL NOTE: This requirement may provide support, advice and/or recommendations to HQs and Command Organizational levels to achieve effectiveness or economy in operations. Pursuant to FAR Part 9.502, work performed in support of this requirement may render contractors ineligible from competing on requirements involving future acquisitions such as prototype work or requirements that may be construed to bias a contractor's judgment and provide an unfair competitive advantage. SPECIFIC TASKS: Program Management The contractor shall demonstrate particular competence and capabilities in providing necessary support to operational headquarters with expeditionary warfare and/or special operations responsibilities, and with transition of advanced technology prototypes and quick reaction equipping through these operational headquarters and/or elements. Support Rapid Response Operational Insertion and Integration of CERDEC/NVESD Technologies The contractor shall provide technical capabilities that support ISR architecture, C4 network architecture, logistics and sustainment, training, assessments, mission support, force protection, de-mining, and other humanitarian assistance. Provide Headquarters or Command and Control Element Staff Support Provide support as tasked to the Staff or Joint Staff sections of the Headquarters. The anticipated ceiling amount for the TSOC contract, including optional ordering periods, is $47 Million. The anticipated ordering period is two (2) years which includes one 24 month ordering period. The place of performance will be determined at the individual task order level and may include government sites and/or off site contractor facilities. The place of performance may be CONUS, OCONUS or a combination of CONUS and OCONUS locations to support requirements worldwide. This requirement will be procured through full and open competition. All responsible sources may submit a proposal in response to the solicitation when it is issued (NOT this presolicitation notice). The anticipated award date is 1st QTR GFY 2016. The points of contact for this requirement are Mr. Andrew Ulrich and Ms. Lisa Gregory. All communications shall be submitted in writing ONLY to BOTH andrew.j.ulrich4.civ@mail.mil and lisa.m.gregory20.civ@mail.mil. Contractors shall not contact any other Government personnel regarding this notice or the TSOC requirement other than the individuals designated above. Contacting any Government personnel other than the individuals designated above may result in an organizational conflict of interest (OCI) and may result in a contractor being excluded from the competition and consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d4f9e5819447571518e0b85553b50a3a)
 
Place of Performance
Address: Specified in each task order, United States
 
Record
SN03879423-W 20150912/150910235500-d4f9e5819447571518e0b85553b50a3a (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.