Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2003 FBO #0610
SOURCES SOUGHT

J -- SOURCES SOUGHT ANNOUNCEMENT for CONTRACTOR LOGISTIC SUPPORT for the FAMILY of BIOLOGICAL DEFENSE SYSTEMS

Notice Date
7/30/2003
 
Notice Type
Sources Sought
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
DAAE20-03-R-????
 
Response Due
8/22/2003
 
Archive Date
10/21/2003
 
Point of Contact
Dick Permantier, (309) 782-3430
 
E-Mail Address
Email your questions to TACOM - Rock Island
(permantierr@ria.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This Sources Sought announcement seeks to identify potential contractors capable of meeting requirements for Contractor Logistic Support (CLS) for the Family of Biological Defense Systems comprising the Non-Developmental Item (NDI) Biological Integrated D etection System (BIDS), the Long Range Biological Standoff Detection System (LR-BSDS), the Pre-Planned Product Improved (P3I) Biological Integrated Detection System (BIDS), the Joint Biological Point Detection System (JBPDS), the East Coast Excursion (ECE) , and the Portal Shield Detection System. Contractors shall provide technical maintenance, operating, and supply support services, in accordance with a Performance Based Work Statement, for the above systems to fielded units of all the services, located ei ther CONUS or OCONUS. Number of systems fielded or planned to be fielded are: NDI BIDS ?????? 41 ea; P3I BIDS ?????? 83 ea; LR-BSDS ?????? 3 ea; JBPDS ?????? approx 2500 ea combined total for all services; ECE ?????? unknown; Portal Shield ?????? approx 2 90. The quantities of each system are estimates only and are subject to change. The numbers are provided for information only so that potential contractors are aware of the magnitude of this requirement. The proposed acquisition will result in a long term, IDIQ type contract. A Best Value/Tradeoff Analysis approach will be utilized where proposals are evaluated against, in addition to cost or price, selection criteria such as technical and past performance, that results in the best value to the government. The NAICS code that applies to this procurement is 811219. The size standard for this NAICS code is $6M in annual revenues. Companies exceeding this size standard will be considered as large businesses. This sources sought announcement requests potential s mall business contractors with the capability to provide CLS for the Portal Shield, or the NDI & P3I BIDS, to submit a one page description of their firm that demonstrates their capability to perform CLS for all or some of the just mentioned systems (Porta l Shield, NDI BIDS, P3I BIDS). In addition, interested contractors are requested to submit a one page description of their firm that demonstrates their capabilities to perform CLS as a prime contractor for the Family of Biological Detection Systems, or as a subcontractor. Contractors shall also indicate whether they will be considered as a large or small business. Responses should be provided to the POC below NLT 14 Aug 03. The FAX number is (309) 782-3161. Email address is permantierr@ria.army.mil This an nouncement is for information and planning purposes only and does not constitute a Request for Proposals. The government reserves the right to consider alternate acquisition strategies as deemed appropriate.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-ARCC-B/Mr. Permantier Bldg 62 Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00387307-W 20030801/030730213813 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.