SOLICITATION NOTICE
R -- Global Command and Control System - Joint (GCCS-J) Program Management Support Services
- Notice Date
- 2/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
- ZIP Code
- 22041-3206
- Solicitation Number
- Reference-Number-DAPPR30038
- Response Due
- 3/10/2003
- Archive Date
- 3/25/2003
- Point of Contact
- Marina Atchison, Contract Specialist, Phone 703-681-0928, Fax 703-681-0346, - Ellen Simonoff, Chief, Phone (703)681-1240, Fax (703)681-1211,
- E-Mail Address
-
atchisom@ncr.disa.mil, simonofe@ncr.disa.mil
- Small Business Set-Aside
- Total HUB-Zone
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This requirement is 100% set-aside for HUBZone businesses. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. Federal Acquisition Regulations current through FAC 2001-12 apply to this requirement. The Defense Information Systems Agency, Center for Joint Command and Control Capabilities, Business and Resource Management Office, has a requirement for Program Management Support Services. The proposed contractor will provide comprehensive business management support to include an economic analysis (EA), assessment of the Global Command and Control System - Joint (GCCS-J) block and life cycle costs in order to develop cost estimates and execution data for submission to and validation by Office of the Secretary of Defense (OSD) organizations including OASD (C3I); USD?; and PA&E. The statement of work, including all deliverables, is attached separately. The tasks the contractor will perform are specified at length in the attached Statement of Work and include: (1) Contract-Level and Task Order Management; (2) Budget and Acquisition Support; (3) Business Management System; (4) Economic Analysis Development Plan; (5) Performance Metrics; (6) Program Reporting; and (7) Resource Requirement Estimation. The period of performance is one (1) year from date of award. Should contractor travel outside the National Capital Region be required, costs shall be in accordance with Federal Travel Regulations. All proposals are due Monday, March 10, 2003 by 2 PM (Eastern Standard Time) to the Contracting Office address listed above. Proposals may also be emailed to atchisom@ncr.disa.mil or facsimiled to Marina Atchison at (703) 681-0346. The proposals shall be no more than forty (40) pages in length and shall include the following: 1) information on relevant experience in a similar field with a commensurate level of effort including identification of general performance trends in this type of work (30% - past performance); 2) demonstrated experience supporting major Department of Defense AIS Systems similar to GCCS-J, technical approach based on the contractor's understanding of the Statement of Work, and proposed contractor skill set that meets the technical requirements of the Statement of Work (30% - Technical Approach); 3) resumes that reflect appropriate types and levels of experience, contractor's distribution of skills covers the task area requirements, and contractor's personnel demonstrate recent experience in proposed skill areas (40% - Business Management Key Personnel); and 4) price information. Price information shall be separate from all other information required and shall not be interspersed in the technical/management/past performance information. Failure to adhere to this requirement to provide pricing information separately may result in a proposal not being considered for award. A space waiver has been approved for up to ten (10) contractor employees to sit in DISA spaces located at Skyline 7 in Falls Church, VA. The Government estimate includes the following labor categories and hours for this requirement: Program Manager (2,080 hours) and Senior Computer Specialist (8,320 hours). This will be a firm fixed price purchase order. Award will be made using simplified acquisition procedures. The Federal Acquisition web site is http://www.arnet.gov/far. Any questions regarding this combined synopsis/solicitation should be submitted electronically to Ellen Simonoff at simonofe@ncr.disa.mil no later than 2PM (Eastern Standard Time) on Tuesday, March 4, 2003. Federal Acquisition Regulation (FAR) provisions 52.212-1, Instructions to Offerors - Commercial Items (OCT 2000) and 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2002) apply to this acquisition. Federal Acquisition Regulation (FAR) clauses 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2002), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2002) (DEVIATION) [Class Deviation 2001-00002], 52.232-32 Performance-Based Payment (FEB 2002), and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (MAY 1999) apply to this acquisition.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DISA/D4AD/DTN/Reference-Number-DAPPR30038/listing.html)
- Place of Performance
- Address: Defense Information Systems Agency (DISA APCB) 5275 Leesburg Pike Room 3W08 Falls Church, VA
- Zip Code: 22041
- Country: USA
- Zip Code: 22041
- Record
- SN00267431-F 20030302/030301141536 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |