Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

R -- Tropics Test Support Services

Notice Date
6/27/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-17-R-0004
 
Archive Date
8/29/2017
 
Point of Contact
Melissa Saenz, Phone: 928-328-2093
 
E-Mail Address
melissa.j.saenz.civ@mail.mil
(melissa.j.saenz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Mission and Installation Contracting Command - Yuma Proving Ground, Arizona publishes this notice of intent to issue Solicitation Number W9124R-17-R-0004, on or about 13 July 2017. The requirement is for Tropics Test Support Services (TTSS) in support of the Tropics Region Test Center, located at U.S. Army Yuma Proving Ground (USAYPG), Yuma Arizona. The preponderance of the work under this contract will be conducted in the Republic of Panama and various other tropical locations Outside the Continental United States (OCONUS) to include Suriname, Honduras, Hawaii, and various other tropical locations as needed. Testing sites chosen are characterized by hot, humid tropical climates, and swampy terrain with dense vegetation. Interested parties should be aware that the majority of testing locations are not within the confines of or adjacent to any U.S. Army installations or outposts, and are not protected by any Status of Forces Agreements. The Contractor that is awarded this contract will be required to establish a relationship with each host nation government to facilitate office space, maintenance facilities, and range access. The Contractor shall perform test engineering and technical analysis services, special studies, logistical support services, administrative support services, operations and maintenance services, test facilities / range management, fabrication, and repair. The services to be performed include the design, planning, coordination, execution, and reporting of assigned test programs. It is anticipated that the solicitation will be released on or about 13 July 2017 with an estimated closing date of 14 August 2017. Award will be made using a Best Value Tradeoff source selection evaluation approach. A Cost Plus Fixed Fee (CPFF) type contract is anticipated. The term of the awarded contract will be five years, including an approximate 60-day phase-in period. The Government will evaluate the FAR Clause 52.217-8, Option to Extend Services, as part of its overall evaluation of proposals. This requirement is being solicited as unrestricted, and as such, requires the approval of a Subcontracting Plan. The North American Industrial Classification System (NAICS) code is 541330, Engineering Services, with a Small Business Administration size standard of $38.5M. Title 10, United States Code (USC) Section 2399(d) requires that independent operational test and evaluation of Major Defense Acquisition Programs (MDAPs) is conducted independent of system contractor manipulation or influence, unless the system contractor is involved in the actual operation, maintenance, and support of the tested system when deployed in combat. Department of Army Regulation (AR) 73-1 extends this requirement to the independent operational test and evaluation of all programs. This acquisition involves evaluation of OCI. The Government will conduct this acquisition in accordance with Army Contracting Command Policy Memorandum, Organizational Conflict of Interest Involving Contractors in Support of Army Text and Evaluation Command Test and Evaluation Contracts (24Jun13), Option 1. The first phase of evaluating proposals submitted in response to the solicitation will be OCI Factor Evaluation. An offeror must pass Phase I in order to proceed to subsequent phases. Utilizing this approach, offerors having OCI will be notified of their ineligibility to compete for award of this contract. The solicitation will provide detailed instructions for submission of documentation for evaluation of OCI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0aaef249e4cd9975a29b01197d5124f5)
 
Record
SN04558517-W 20170629/170627234637-0aaef249e4cd9975a29b01197d5124f5 (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.