Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOLICITATION NOTICE

R -- COMMUNICATION INTEGRATION SUPPORT - Package #1

Notice Date
5/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
4QDS97110075
 
Point of Contact
Amy Venckus, Phone: (813) 223-1658, Luis Pagan Marchand, Phone: 813-223-1879
 
E-Mail Address
amy.venckus@gsa.gov, luis.paganmarchand@gsa.gov
(amy.venckus@gsa.gov, luis.paganmarchand@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Template (must be used) Past Performance Questionaire (must be sent to references for past performance) Combined Synopsis/Solicitation Performance Work Statement The Contractor shall provide all personnel, supervision, and other items and services necessary to support efforts to collect and interpret information to support senior leader decision making, specifically regarding public opinion and the media regarding military, political, social and economic issues the United States Central Command (USCENTCOM) requires the ability to monitor media activities domestically and in the USCENTCOM area of responsibility (AOR) for relevance to USCENTCOM and provide the commander the ability to ensure distribution of accurate and timely official information, correct misinformation and support counter-propaganda efforts as defined in the Performance Work Statement (PWS). This effort will provide a 24/7 "information environment" watch capacity in the USCENTCOM Joint Operations Center (JOC); a highly skilled planning element for strategic communication and coordinating the command's Communication Integration Working Group (CIWG). This PWS specifies deliverables. This requirement is in direct support of Communication Integration efforts supporting Operation ENDURING FREEDOM, Operation New Dawn, and Operation EARNEST VOICE. The Contractor shall have TS/SCI clearance to perform Sections 3.1 and 3.2 requirements; and TS clearance required to perform Sections 3.3, 3.4, and 3.5 requirements prior to contract award. For those required to work at USCENTCOM, the Government will furnish the Contractor with a picture security badge and key card, which will provide the contractor access to all required spaces at USCENTCOM. The Contractor will abide by the rules governing display and safeguarding of the badge and key card and will report any lost or stolen card immediately to the Special Security Officer. Interim TS or TS/SCI clearances will not be considered acceptable at time of award. The Contractor shall submit completed clearance packages at contract performance start. Upon any increase in security requirements after award, updated clearance packages must be submitted within ten (10) calendar days of identification of any such increase. All interested offerors must submit their proposal via GSA's IT Solution Shop (ITSS) web-based order processing system. Quotes will only be received and awarded via ITSS. The webpage link is listed below and the ITSS Help Desk number is 1-877-243-2889. ITSS webpage is https://web.itss.gsa.gov/Login.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/99158e5a6c12111ffd3f6568c5047aa3)
 
Place of Performance
Address: United States Central Command (USCENTCOM), MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02458438-W 20110528/110526235228-99158e5a6c12111ffd3f6568c5047aa3 (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.