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
MODIFICATION

R -- Agency Program Support (APS)

Notice Date
6/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
HC1047-17-R-0007
 
Point of Contact
Carlen Capenos, Phone: 3012254508
 
E-Mail Address
carlen.l.capenos.civ@mail.mil
(carlen.l.capenos.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Information Systems Agency (DISA) provides the following information regarding the new acquisition strategy for the Agency Program Support (APS) requirement. The new solicitation will be executed using the General Services Administration's (GSA) Professional Services Schedule (PSS). The following SINS will be required to execute the full Performance Work Statement: SIN SIN Title 520-12 Budgeting 520-13 Complementary Financial Management Services 874-1 Integrated Consulting Services 874-501 Supply and Value Chain Management 874-6 Acquisition Management Support C132-51 Information Technology Professional Services The solicitation will be 100% set aside for small business. The NAICS code will be 541611. We anticipate awarding approximately five Blanket Purchase Agreements (BPA). There will be no reserves. All task areas must be proposed on, therefore necessitating coverage for all SINS. This may require prime contractors to execute Contractor Team Arrangements (CTA) with other PSS Schedule holders. In the case of utilizing CTAs, all agreements need to be with other schedule holders that meet the small business standard for NAICS Code 541611 which is $15M. The BPAs will have a five-year ordering period. The anticipated workload for five years is $350M total for all BPA holders combined. Calls executed from the BPAs will be competitively awarded unless an exception applies. Labor will be Firm Fixed Price. Travel will be Cost Reimbursable. A Secret Facility Clearance will be required of the prime contractor and all team members at the time of proposal submission. The geographic area for this Contract will be within the Continental United States. Work performed may be either in secure or non-secure sites. It is anticipated that the preponderance of the Call Orders will be located within the Baltimore-Washington Corridor. The PWS and Labor Categories will remain essentially the same. The award basis remains as Performance-Price Trade-Off and it is anticipated that the submission requirements and evaluation criteria will remain largely the same with the exception of removing the reserves. After contemplation and consideration of conducting an on-ramp event, based on the quantity of respondents, the timeline for GSA to execute it, and the timeline for DISA's mission requirements, DISA has made the decision not to request GSA to execute an on-ramp for this acquisition. The timeline for this acquisition is anticipated to be: Release of RFP to GSA PSS: 15 August 2017 Proposal Submission: 14 September 2017 Contract Award: 15 November 2017 Thank you for your continued interest in this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/HC1047-17-R-0007/listing.html)
 
Record
SN04559276-W 20170629/170627235447-ce9ddf70c230995bbd7b1692e84e86f7 (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.