SPECIAL NOTICE
99 -- Contractor Logistic Support Services for the FOX Nuclear Biological Chemical Reconnaissance System (NBCRS) and various Chemical, Biological, Radiological and Nuclear (CBRN) Detection, Reconnaissance, Protection and Decontamination Systems
- Notice Date
- 8/21/2007
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- USA-SNOTE-070821-005
- Archive Date
- 11/19/2007
- Description
- The Joint Project Manager for Biological Defense (JPM BD) and the Joint Project Manager for Nuclear Biological Chemical Contamination Avoidance (JPM NBC CA) have a requirement for Contractor Logistic Support (CLS) Services to provide operation, maint enance and supply support for the fielded Joint (Army, Navy, Marine Corps, Air Force, and other Government organizations), Chemical, Biological, Radiological and Nuclear (CBRN) Detection, Reconnaissance, Protection and Decontamination Systems in support of peacetime and contingency operations. The CBRN Defense Systems located in various CONUS and OCONUS locations, include the Joint Portal Shield (JPS) Detection System; the Pre-Planned Product Improved (P3I) Biological Integrated Detection System (BIDS) M 31A1; the Joint Biological Point Detection System (JBPDS), currently fielded to the Army, Navy and Air Force in various configurations; the Joint Biological Standoff Detection System (JBSDS); and the FOX Nuclear Biological Chemical Reconnaissance System (NBCRS). In accordance with the Fair Opportunity provision of FAR 16.505(b), this requirement will be competed among the Unrestricted Su ite of large businesses that received an award under the multiple award Army Contracting Activity (ACA) Field & Installation Readiness Support Team (FIRST) Contract. Only those prime contractors under the Unrestricted Suite will be allowed to provide a re sponse to the Task Order Request. A Task Order will be awarded against the basic FIRST contract for a five year period of performance and will be an Indefinite Delivery Indefinite Quantity (IDIQ), Cost Plus Incentive Fee type order. The total five year es timated value is $300M. The anticipated award date is November 2007. Contractors under the Unrestricted Suite of the FIRST contract and any interested subcontractors are invited to attend a conference being held at Edgewood Area of Aberdeen Proving Grounds, MD on August 29, 2007. An outdoor display of selected equipment wi ll be available next to building E4811 from 10:00 a.m. to 5:00 p.m. EST, with additional information/displays in the building lobby. Registration for the Conference will be from Noon to 12:30 in Building E4810 Auditorium. The technical presentation will begin at 12:30 p.m. on the various CBRN systems, with time set aside to submit written questions. FIRST contractors and subcontractors participation is limited to six persons. Contractors must provide names, titles, company and email address of all those planning to attend to Ms. Cathy Mendoza, AMSTA-LC-SBK-C, (309) 782-1258 cathy.mendoza@us.army.mil. A valid drivers license is required for all to enter the installation. Offers from concerns other than the FIRST contractors identified above are not so licited. The FIRST Contract Ordering Guide may be accessed at http://www.forscom.army.mil/aacc/FIRST(L2)/default.htm.
- Record
- SN01379874-W 20070823/070822070836 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |