Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2005 FBO #1209
MODIFICATION

R -- Six-month effort for three each full-time-equivalent technical sevice positions supporting Special Access Program technology and information operations

Notice Date
3/17/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/CT), 7100 Defense Pentagon, Washington, DC, 20301-7100
 
ZIP Code
20301-7100
 
Solicitation Number
HQ000605Q0006
 
Response Due
3/22/2005
 
Archive Date
3/23/2005
 
Point of Contact
Dale Wright, Contracting Officer, Phone (703) 692-6367, - Pamela Moore, Contracting Officer, Phone 703-692-6363,
 
E-Mail Address
Dale.Wright@mda.mil, pamela.moore@mda.mil
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number HQ0006-05-Q-0006 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 26, effective 19 Jan 2005. (iv) This procurement is sole source to a Total Women-Owned small business. The associated NAICS code for this acquisition is 541330. All responses from responsible sources will be fully considered. (v) This acquisition will be for a 6-month, FAR PART 12, Firm-Fixed-Price contract modification. There is no option period. It is the Government?s intent to award a contract modification on a sole-source basis to Computer Systems Center Inc (CSCI), 8407 Terra Woods Drive, Springfield VA 22153-3515. The estimated value of this procurement is under $298,000. This synopsis/solicitation is for COMMERCIAL ITEMS: CLIN 0005AA, Security Technician-J8, 1024 hours; CLIN 0005AB, Security Technician-J-8, 1024 hours; CLIN 0005AC, Security Technician-J39, 1024 hours; and CLIN 0005AD Program Management, 302 hours; CLIN 0006AA Travel. (vi) The Statement of Work (SOW) may be found at the Federal Technical Data Solutions (FedTeDS) website at https://www.fedteds.gov, using the reference number ?HQ0006-05-Q-0006. Additionally, the DD Form 254, Contract Security Classification Specification, and Block 13 Security Guidance Continuation Supplements are also on the FedTeDS web site. Businesses must register with the FedTeDS site to access this information and request explicit access. A brief synopsis is: The SOW describes tasks that must be accomplished to support Special Access Program Central Office (SAPCO) operations. It identifies the level of support necessary to support the Joint Staff SAPCO in providing the necessary OSD, Service, Combatant Commander, and Agency coordination for management of SAP program billets and access; document management and data requests; generation and control of SAP technical material and information; and ability to repond to cyclic program review and assessment processes. (vii) The period of performance is 1 April 2005 thru 30 September 2005. The place of performance is secure facilities within the Pentagon, Washington, DC 20318. Inspection and acceptance is Government site by the Government. Security classification of material and products will include TOP SECRET/SAP/SCI. All SAP work shall be accomplished at Special Access Program secure facilities. (viii). FAR provisions and/or clauses referenced may be obtained from the following site: http://farsite.hill.af.mil. Solicitation Provision at FAR 52.212-1, Instructions to offerors-Commercial Items (Jan 2005) applies to this acquisition and is hereby incorporated by reference. (ix) Solicitation Provision FAR 52.212-2, Evaluation Commercial Items (Jan 1999) is hereby incorporated, the evaluation factors are technical, past performance, and price. The government will make a determination of best value based on the equal weight of evaluation factors cited. (x) Contractors are reminded to submit a complete copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, Jan 2005, with their quote, if available. If not, the clause will be forward for completion prior to award. (xi) Clause 52.212-4, Contract terms and Conditions Commercial Items (Jan 2005) is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions?Commercial Items, (Jan 2005) applies to this acquisition. (xiii) Contractor personnel shall possess and maintain a final DoD-issued TOP SECRET personnel security clearance based on a current Single Scope Background Investigation (SSBI), completed within the last five years. (xiv) N/A (xv) Note applies-N/A. (xvi) Contractor quotes are due NLT 1500 hours, March 22, 2005. Quotes will only be accepted via email to Dale.Wright@mda.mil or by fax to (703) 882-6789. (xvii) The point of contact for this combined synopsis/solicitation is Mr. Dale Wright, 703-681-3704 or Ms. Pamela Moore, 703-681-1611. An alternate telephone number for both Dale Wright and Pamela Moore is 703-681-1569.
 
Place of Performance
Address: Place of performance: Classified work will be done at the Pentagon, Washington DC, 20318 and approved SAP secure facilities.
Zip Code: 20318
Country: United States
 
Record
SN00771138-W 20050319/050317212640 (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.