Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2004 FBO #0806
SOLICITATION NOTICE

R -- Global Command and Control System - Joint (GCCS-J) Program Management Support Services

Notice Date
2/9/2004
 
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
HC1047-04-R-4037
 
Response Due
2/17/2004
 
Archive Date
3/3/2004
 
Point of Contact
Marina Atchison, Contract Specialist, Phone 703-681-0928, Fax 703-681-0346, - Marina Atchison, Contract Specialist, Phone 703-681-0928, Fax 703-681-0346,
 
E-Mail Address
atchisom@ncr.disa.mil, atchisom@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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HC1047-04-R-4037 and this solicitation is issued as a request for proposal (RFP). This requirement is 100% set-aside for HUBZone businesses. The NAICS code for this procurement is 541611 (SIC 8742) with a corresponding qualifying size standard of $6M (indicates maximum allowed for a concern, including its affiliates, to be considered small). Federal Acquisition Regulations current through FAC 2001-19 apply to this requirement. The Defense Information Systems Agency, Global Information Grid Enterprise Services Engineering Directorate, has a requirement for Global Command and Control System ? Joint (GCCS-J) Program Control Management Support Services. The contractor must hold or have in progress a SECRET facility clearance. All personnel assigned to the task must hold or be eligible for SECRET security clearance. The proposed contractor will provide comprehensive business management support to include assessments of potential functional and technical requirements to include cost and schedule estimates, risk assessments, business case studies, life cycle cost estimates covering program phases/blocks as well as complete program life, certifications and justifications as required by the Clinger-Cohen Act, including analyses of alternatives, business process reengineering studies, economic analyses, and cost/benefit analyses. The Performance Based Work Statement (PBWS), including all deliverables, and Draft Quality Assurance Surveillance Plan are attached separately. The tasks the contractor will perform are specified at length in the PBWS attached separately and include: (1) Contract-Level and Task Order Management; (2) Budget and Acquisition Support; (3) Business Management Systems; (4) Earned Value Management Approach (EVMA); (5) Major Acquisition Program Reporting/Analysis/Estimating; and (6) Budget Execution Management. The period of performance is one (1) year from date of award with desired date of award being 28 February 2004. Should contractor travel outside the National Capital Region be required, costs shall be in accordance with Federal Travel Regulations. All proposals are due Tuesday, February 17, 2004 by 2PM (Eastern Time) to the Contracting Office address listed above. Proposals may also be emailed to atchisom@ncr.disa.mil. Offerors are advised that proposals submitted using email should include the name of the offeror, a point of contact, and a phone number so the Government can contact someone if attachments are found to contain a virus. The proposal shall not exceed 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 support major Department of Defense systems similar to GCCS-J, technical approach based on the contractor?s understanding of the PBWS; and proposed contractor skill set that meets the technical requirements of the PBWS (30% - Technical Approach); (3) resumes that reflect appropriate types and levels of experience in proposed skill areas (40% - Business Management Key Personnel); and 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 for providing pricing information separately may result in a proposal not being considered for award. A space waiver is in process for up to six (6) contractor employees to sit in DISA spaces located in Skyline 7 in Falls Church, VA. Offerors should propose pricing using two separate assumptions: (1) price using Government site rates for up to six (6) contractor employees; and (2) price as though all efforts will be completed at the contractor?s facilities off-site. This pricing methodology will allow the Government to make an award should the space waiver request not be granted. The Government estimate includes the following labor categories and hours for this requirement: Program/Cost Analyst (Mid-Level) (8,000 hours); Program Manager/Analyst (2,000 hours); Administrative Support (1,000 hours); and Financial Management/Reporting Support (120 hours). This will be a firm-fixed-price contract. 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 Marina Atchison at atchisom@ncr.disa.mil no later than 2PM (Eastern Time) on Wednesday, February 11, 2004. Offerors who desire a copy of the preliminary Department of Defense Contract Security Classification Specification (DD Form 254) associated with this requirement should contact Marina Atchison at atchisom@ncr.disa.mil and provide a point of contact, phone number and facsimile number. Federal Acquisition Regulation (FAR) provisions 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2004), and 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2004) apply to this procurement. Federal Acquisition Regulation (FAR) clauses 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jan 2004) [Class Deviation ? 2001 ? O0002, Commercial Item Omnibus Clauses for Acquisitions using the Standard Procurement System, Effective through 30 April 2004, or until the FAR is revised); 52.232-32 Performance-Based Payments (Feb 2002); and 52.232-33 Payments by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003) apply to this procurement. Defense Federal Acquisition Regulation Supplement clause 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) applies to this procurement. Special contract provision entitled Key Personnel applies to this procurement.
 
Place of Performance
Address: Defense Information Systems Agency (DISA GE4111), 5275 Leesburg Pike 3W08, Falls Church, VA
Zip Code: 22041
Country: USA
 
Record
SN00518504-W 20040211/040209214707 (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.