Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOLICITATION NOTICE

D -- C4IM Support Services for the U.S. Army Dugway Proving Ground Installation - W911S6-11-R-0003

Notice Date
5/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, Dugway Proving Ground DOC, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-11-R-0003
 
Archive Date
7/8/2011
 
Point of Contact
Eric S. Vokt, Phone: 435-831-2107, Elizabeth Reed, Phone: 435-831-2104
 
E-Mail Address
eric.s.vokt.civ@mail.mil, helen.e.reed.civ@mail.mil
(eric.s.vokt.civ@mail.mil, helen.e.reed.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Technical Exhibit 6: Past Performance Questionnaire Technical Exhibit 5c: DD 254 Technical Exhibit 5b: DD 254 Technical Exhibit 5a: DD 254 Technical Exhibit 4: Overtime Support Request Form Technical Exhibit 3: Area Wage Determination Technical Exhibit 2: Deliverables Schedule Technical Exhibit 1: Performance Requirements Summary RFP W911S6-11-R-0003 This is a combined synopsis and solicitation for Command, Control, Communications, and Computers / Information Management (C4IM) Support Services at the U.S. Army Dugway Proving Ground installation. The Contractor shall provide all personnel, supervision, and other non-personal services necessary to perform C4IM support functions for the Dugway Network Enterprise Center as defined in the Performance Work Statement (refer to attached documentation provided with this synopsis). The following are the contract line items: CLIN 0001: Phase-In (30 calender days); CLINs 0050 (11 months), 1050 (12 months), 2050 (12 months), 3050 (12 months), and 4050 (12 months): Task 1 - Help Desk Support; CLINs 0100 (11 months), 1100 (12 months), 2100 (12 months), 3100 (12 months), and 4100 (12 months): Task 2 - Telephone Switch Technician and Administration Support; CLINs 0150 (11 months), 1150 (12 months), 2150 (12 months), 3150 (12 months), and 4150 (12 months): Task 3 - Information Assurance Support; CLINs 0175 (40 hours), 1175 (40 hours), 2175 (40 hours), 3175 (40 hours), and 4175 (40 hours): Task 3 - Information Assurance Support (Overtime); CLINs 0200 (11 months), 1200 (12 months), 2200 (12 months), 3200 (12 months), and 4200 (12 months): Task 4 - Systems Administration; CLINs 0250 (11 months), 1250 (12 months), 2250 (12 months), 3250 (12 months), and 4250 (12 months): Task 5 - SharePoint Administration and Web Development; CLINs 0300 (11 months), 1300 (12 months), 2300 (12 months), 3300 (12 months), and 4300 (12 months): Task 6 - Land Mobile Radio Support; CLINs 0325 (40 hours), 1325 (40 hours), 2325 (40 hours), 3325 (40 hours), and 4325 (40 hours): Task 6 - Land Mobile Radio Support (Overtime); CLINs 0350 (11 months), 1350 (12 months), 2350 (12 months), 3350 (12 months), and 4350 (12 months): Task 7 - Administrative Support; CLINs 0400 ($25,000), 1400 ($25,000), 2400 ($25,000), 3400 ($25,000), and 4400 ($25,000): Task 8 - Training and Travel; CLINs 0450 (1 Each), 1450 (1 Each), 2450 (1 Each), 3450 (1 Each) and 4450 (1 Each): Task 9 - Personnel Reporting System; and CLIN 9999: Phase-Out. This solicitation is issued as a request for proposal (RFP). Submit proposals (oral proposals will not be accepted), on RFP W911S6-11-R-0003 for a firm-fixed priced amount. This solicitation is set-aside for certified 8(a) small business concerns. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 541513 (size standard = $25 million) applies to this procurement. The following provisions and clauses apply to this acquisition: Federal Acquisition Regulation (FAR) 52.203-3 Gratuities; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.203-13 Contractor Code of Business Ethics and Conduct; FAR 52.203-14 Display of Hotline Posters; FAR 52.204-4 Printed or Copied Double-Sided on Recycle Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items Alternate I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-18 Notification of Competition Limited to Eligible 8(a) Concerns; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41 Service Contract Act; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.223-6 Drug Free Workplace; FAR 52.223-10 Waste Reduction Program; FAR 52.223-14 Toxic Chemical Release Reporting; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privicy Act; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.228-5 Insurance - Work On A Government Installation; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3 Continuity of Services; FAR 52.239-1 Privacy or Security Safegaurds; 52.242-13 Bankruptcy; FAR 54.242-15 Stop Work Order; FAR 52.245-1 Government Property; FAR52.252-2 Clauses Incoporated by Reference; FAR 52.253-1 Computer Generated Forms; Defense Federal Acqusition Regulation Supplement (DFARS) 252.201-7000 Contracting Officer's Representative; DRARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7000 Disclosure of Information; DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.219-7010 Alternate A; DFARS 252.219-7011 Notification to Delay Performance; DFARS 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Nativ Hawaiian Small Business Concerns; DFARS 252.227-7015 Technical Data - Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.239-7001 Information Assurance Contractor Training and Certification; DFARS 252.243-7001 Pricing of Contract Modfications; and DFARS 252.247-7023 Transporation of Supplies by Sea. All proposals must be prepared and submitted in accordance with Section L of the RFP (refer to attached documentation provided with this synopsis). All proposals will be evaluated per the instructions in Section M of the RFP (refer to attached documentation provided with this synopsis). All proposals are due no later than 5:00 PM (Mountain Time) on Thursday, June 23, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/67c455673437603b5157d1c54b06a947)
 
Place of Performance
Address: Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN02456067-W 20110526/110524235129-67c455673437603b5157d1c54b06a947 (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.