Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2008 FBO #2393
DOCUMENT

R -- SOLUTIONS FOR INTELLIGENCE FINANCIAL MANAGEMENT (SIFM) - HHM402-08-R-0147

Notice Date
6/13/2008
 
Notice Type
HHM402-08-R-0147
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-08-R-0147
 
Archive Date
7/15/2008
 
Point of Contact
Kimberly Dávila, Phone: 202-231-1882, Maria L Kersey,, Phone: (202) 231-3613
 
E-Mail Address
kimberly.davila@dia.mil, maria.kersey@dia.mil
 
Small Business Set-Aside
N/A
 
Description
Solutions for Intelligence Financial Management (SIFM) This is a combined synopsis solicitation prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. The contract type is a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order contract containing one or more Firm-Fixed Price (FFP) Task Orders, Firm Fixed Unit Price Labor Categories provided shall be applicable for the duration of this contract.. However, other types of individual task orders may also be placed under this contract, such as a Time and Materials/Labor Hour (T&M) Task Order. This notice constitutes the only solicitation, identified as HHM402-08-R-0147; proposals are being requested. No other solicitation will be issued. The North American Industry Classification Code is 541611. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The purpose of the SIFM contract is to satisfy the financial management and internal control requirements for the Defense Intelligence Community. The Virginia Contracting Activity (VCA) recognizes that no single contractor may be capable of providing the full range of goods and services called for under this contract. Therefore, the VCA encourages, where appropriate, the teaming of contractors and vendors. Although this solicitation is unrestricted, in order to be considered compliant with this solicitation, offerors must include small businesses as team members. Pursuant to FAR Parts 15 and 16.5, VCA anticipates the award of multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to support the SIFM requirement. The Government intends to make multiple awards resulting from this solicitation to the responsible offerors whose offers, conforming to the solicitation will be the best value to the Government. All evaluation factors considered in accordance with the evaluation criteria with the exception to the Audit Services (Non-Attestation) functional area. The Audit Services (Non-Attestation) function area will be a single award. A pre-proposal conference will be held from 0900-1000 on 27 June 2008, please see attachment "INSTRUCTION TO OFFERORS" for more information. QUESTIONS: All questions must be submitted IN WRITING to kimberly.davila@dia.mil, no later than 12:00pm, Thursday 19 June 2008. Phone calls will not be accepted. Vendors must be registered in the Central Contractor Register (CCR) prior to the award of contract. You may register by going to www.ccr.gov. You will need your Dunn and Bradstreet number and banking information. The Contractor shall be responsible for knowledge of and compliance with all applicable federal information technology and information management laws, regulations, policies and standards at the government-wide, HHS and FDA levels. At the government-wide level, these include Office of Management and Budget (OMB), National Institute of Standards and Technology (NIST) and General Accounting Office (GAO). These can be primarily found at or through the Federal CIO Council website at: http://www.cio.gov. HHS documents are found at: http://www.cdc.gov/irmo. PROPOSALS ARE DUE: 2:00pm, Eastern Time, Monday, 14 July 2008 ATTACHMENTS: SF1449 Statement of Objectives Instructions to Offerors Evaluation Plan DD254
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90327fc6115d85af9b5f05f33b5fda69&tab=core&_cview=1)
 
Document(s)
HHM402-08-R-0147
 
File Name: Standard Form (SF) 1449 (SF1449.pdf)
Link: https://www.fbo.gov//utils/view?id=2553fda1ef81893846ef84857d7a7fe3
Bytes: 0.00 Kb
 
File Name: Statement of Objectives (SOO.pdf)
Link: https://www.fbo.gov//utils/view?id=fa29ea0dd5d565f9e53f63adca0b85f2
Bytes: 378.71 Kb
 
File Name: Instructions to Offerors (Instrutions to Offerors.pdf)
Link: https://www.fbo.gov//utils/view?id=443123a7a71cdac3df0cc612bbc69e43
Bytes: 783.50 Kb
 
File Name: Evaluation Plan (Evaluation Plan.pdf)
Link: https://www.fbo.gov//utils/view?id=f1b47ed75af9700bad504665d5b8995f
Bytes: 866.13 Kb
 
File Name: Department of Defense Form (DD) 254 (DD FORM 254.pdf)
Link: https://www.fbo.gov//utils/view?id=bbbcd70e87bd47bd9e0bd6397b62776c
Bytes: 2,270.90 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01593421-W 20080615/080613220408-90327fc6115d85af9b5f05f33b5fda69 (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.