Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
MODIFICATION

R -- OSD DDR&E SETA Support Services

Notice Date
4/8/2008
 
Notice Type
Modification/Amendment/Cancel
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW, Naval Station Anacostia Annex Suite 310, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
20032-0305
 
Solicitation Number
Reference-Number-DWAM80289
 
Archive Date
4/30/2008
 
Point of Contact
NatalieSitkowski,, Phone: 202-767-8107
 
E-Mail Address
natalie.sitkowski@afncr.af.mil
 
Description
THE SOLICITATION FOR THIS REQUIREMENT HAS BEEN POSTED SEPARATELY IN FEDBIZOPPS. SEE SOLICITATION FA7014-08-R-0023, POSTED ON 7 APRIL 2008, FOR DETAILS. The Office of the Director, Defense Research and Engineering (DDR&E) is tasked with providing oversight of science and technology and advanced component development and prototypes ? i.e. research and engineering (R&E) ? to solve current and future challenges for the Department of Defense (DoD). There are seven main Directorates and organizations under the DDR&E?s purview: Laboratories and Basic Sciences, Science and Technology, Advanced Systems and Concepts, International Technology Security, Plans and Programs, and the Rapid Reaction Technology Office. DDR&E requires highly specialized program and technical support services to achieve its mission. Details are available at http://www.defenselink.mil/ddre/mainpage.htm. AFDW/A7KI anticipates soliciting a requirement for a technical support team with the expertise to provide highly specialized technical, financial, administrative, and programmatic support and analysis of current and planned R&E, etc. projects for DDR&E and other Air Force District of Washington Acquisition Division customers as needed. The contractor must possess the specific technical skills and knowledge along with operational expertise and experience as described in the Performance Work Statement (PWS). The Air Force District of Washington/A7KI is contemplating a Base Year + 4 Option Years Indefinite Delivery/Indefinite Quantity type contract. Individual firm fixed price or labor-hour performance-based work statement task orders with incidental cost reimbursable Other Direct Costs (ODCs) will be issued. The primary place of performance is within the National Capital Region (Pentagon, Crystal City, Rosslyn, Ballston, etc.). Additional locations may include other Department of Defense (DoD), non-DoD CONUS and OCONUS installations. The contractor will be required to have and maintain a Top Secret/SCI Clearance at contract award. Contractor personnel assigned to this task must maintain the required clearance level for the duration of this effort. Specific security requirements will be identified in the DD Form 254, DoD Contract Security Classification Specification. This acquisition will be solicited and awarded utilizing procedures set forth in FAR Subpart 12 as supplemented, Commercial Acquisition, and FAR Subpart 15, Source Selection Procedures. The solicitation will be unrestricted. The applicable North American Industry Classification System (NAICS) code is 541690 ($6.5M size standard). Offers will be evaluated utilizing Performance-Price Tradeoff (PPT) procedures. The Government intends to award without discussions but reserves the right to hold discussions if deemed necessary in making the award decision. Offerors will be highly encouraged to submit their best proposals, ensuring full compliance with solicitation requirements (e.g., required fill-ins, Representation and Certifications, Instructions to Offerors, etc.). Offerors may submit on-line Representation and Certification Application (ORCA) at http://orca.bpn.gov. Award will be made to the technically acceptable offeror determined the most advantageous to the Government considering past performance, price and price-related factors. Techniques utilizing past performance information and price will be evaluated; therefore, award may be made to other than the lowest-priced offeror. The solicitation will be made available electronically at http://www.fbo.gov on or about 28 Mar 2008, with a closing date for receipt of offers on or about 24 Apr 2008. The anticipated contract award date is 18 Jun 2008. Facsimile, telephone, or written request for the solicitation package will not be honored. The Request for Proposal (RFP) issue date is an estimate of the date on which the solicitation will be made available. However, the solicitation may be posted on, before, or after this projected date. Offerors must submit proposals following the format prescribed in the Instructions to Offerors. Offerors must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) to be eligible for award. The Government reserves the right to cancel this solicitation, whether before or after RFP closing, with no obligations. Proposal preparation cost will be borne by offerors submitting proposals in response to the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2080440e5d1539c5844718207de04bc&tab=core&_cview=1)
 
Record
SN01549524-W 20080410/080408222339-f2080440e5d1539c5844718207de04bc (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 |
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.