Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2003 FBO #0726
SOLICITATION NOTICE

R -- The Government intends to award indefinite delivery-indefinite quantity contracts to multiple sources for analytical support services to fulfill requirements of Joint Chiefs of Staff, the Joint Staff, & America's combatant commands

Notice Date
11/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-R-0012
 
Response Due
12/31/2003
 
Archive Date
2/29/2004
 
Point of Contact
Barbara Thompson, 703-695-6617
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Roland.Thomas@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Government intends to negotiate and award an indefinite delivery-indefinite quantity (IDIQ) contract for Joint Analytical Support Program (JASP). The government intends to award multiple contracts for the same or similar services to two or more source s under the prospective solicitation unless the government determines, after evaluation of offers, that only one offeror is capable of providing the services at the level of quality required. The objective of JASP is to enhance and transform joint analys is and wargame support, and facilitate interactions and collaborative efforts across the joint analysis community as required by the Joint Chiefs of Staff (J8), Pentagon Washington, DC. The resulting contract will be from the date of award for 12 months wi th four (4) one-year option periods. This procurement will be solicited on the basis of full and open competition. The North American Industry Classification System (NAICS) is 541519 and the NAICS Business size standard is $21 million. Contract Line Items Numbers (CLINs) will consist of the following: ----LOT I, BASE YEAR--CLIN 0001 Performance of Joint Analytical Support Services CLIN 0002 Travel costs reimbursed in accordance with the JTR, CLIN 0003 Other Direct Costs; CLIN 0004 Reloc ation/Repatriation ----LOT II, FIRST OPTION YEAR-CLIN 1001 Performance of Joint Analytical Support Services CLIN 1002 Travel costs reimbursed in accordance with the JTR, CLIN 1003 Other Direct Costs; CLIN 1004 Relocation/Repatriation-----Lot III, SECOND OPTION YEAR; 2001 Pe rformance of Joint Analytical Support Services CLIN 2002 Travel costs reimbursed in accordance with the JTR, CLIN 2003 Other Direct Costs; CLIN 2004 Relocation/Repatriation-----Lot IV, THIRD OPTION YEAR; 3001 Performance of Joint Analytical Support Service s CLIN 3002 Travel costs reimbursed in accordance with the JTR, CLIN 3003 Other Direct Costs; CLIN 3004 Relocation/Repatriation-----Lot V, FOURTH OPTION YEAR; 4001 Performance of Joint Analytical Support Services CLIN 4002 Travel costs reimbursed in accor dance with the JTR, CLIN 4003 Other Direct Costs; CLIN 4004 Relocation/Repatriation----- Detailed delivery requirements and a statement of work (SOW) will be specified in the solicitation. Work will be performed at government sites worldwide. The anticip ated award date is April 2004, however, the period of performance may not commence until at least 4 months after date of award. Potential Offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be availabl e by downloading the documents at DCC-W website: http://dccw.hqda.pentagon.mil/services/RFP1.asp and this office will no longer issue hard copy solicitations. All responsible sources may submit a proposal, in accordance with the solicitation, which shall be considered by the government. By submitting a proposal, the vendor will be self-certifyin g that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposa l.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00475036-W 20031123/031121230650 (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.