MODIFICATION
R -- Joint Program Executive Office for Chemical and Biological Defense (JPEO CBD) Omnibus Systems Engineering and Technical Assistance (OSETA) support services
- Notice Date
- 12/5/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-12-R-0020
- Response Due
- 12/12/2011
- Archive Date
- 2/10/2012
- Point of Contact
- Lindsey, 4073845554
- E-Mail Address
-
ACC-APG SCRT - Natick (SPS)
(lindsey.crockett@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This requirement defines the Omnibus Systems Engineering and Technical Assistance (OSETA) support services for the Joint Program Executive Office for Chemical and Biological Defense (JPEO CBD) and all subordinate Joint Program managers (JPMs) and their project and product offices. This is a Non-Commercial Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with, when applicable, performance based task orders for the Joint Program Executive Office-Chemical Biological Defense (JPEO-CBD) and other customers under the auspices of the Chemical Biological Defense Program (CBDP). The support required by this contract is categorized into five domain area requirements: Program Management, Administrative, and Management Support; Specialty Medical; Engineering Management; Logistics and Sustainment and Electronics and Communication. Offerors are permitted to propose as the Prime Contractor for only one of the five domains. JPEO-CBD Program Mgt, Administrative, and Mgt Support Domain. The Program management, administrative, and Management Support Domain includes but is not exclusive to RDT&E management support, studies and analysis, operations research and quantitative analysis, policy review/development, program evaluation, program review/development, data collection, business & financial management, contract & procurement management, education and training, other professional services, other specialty studies & analysis, other management support, and photo, mapping and printing. JPEO-CBD Specialty Medical Domain. The Specialty Medical Domain includes but is not exclusive to bioengineering, biomedical, medical sciences, agricultural sciences, environmental biology, biological sciences, and psychological sciences. JPEO-CBD Engineering Management Domain. The Engineering Management Domain includes but is not exclusive to simulation, specification development, systems engineering, technology sharing utilization, technical assistance, other engineering and technical services. JPEO-CBD Logistics and Sustainment Domain. The Logistics and Sustainment Domain includes but is not exclusive to acquisition logistics, system sustainment management, reliability & maintainability, reliability centered maintenance (RAM), designing for supportability, and performance based logistics. JPEO-CBD Electronics and Communications Domain. The Electronics and Communications Domain includes but is not exclusive to computer programming, computer and information sciences, design development, application of computer capabilities to data storage and manipulation, information sciences and systems, systems analysis, telecommunications, and ADP services. The cumulative total of all task orders awarded to all awardees will not exceed $498,000,000 over the life of the contract. The Government anticipates that there is a strong potential for Organizational Conflict of Interest (OCI) to materialize over the life of the contract. Organizational conflicts of interest occur when a firm has access to nonpublic information that would give it an advantage in competing for work. Conflicts also could appear when a contractor is performing tasks that are subjective and could have a financial impact. These situations would include a company helping to prepare a statement of work and then bidding on the same project. Due to the limitations of the 2009 Weapons Systems Acquisition Reform Act and DFARS Clause 252.209-7009(c) (Dec 2010), this action will be 100% set aside to Small Businesses. NAICS Code 541330, Engineering Services for Military and Aerospace Equipment and Military Weapons, applies with a small business size standard exception of $27,000,000. Offerors are strongly encouraged to joint venture, team with small businesses or establish a small business entity. Performance of this requirement may include access or exposure to private information subject to compliance to FAR Subpart 52.224-1 and 52.224-2. Performance of this requirement does include strict prohibition of dissemination of information / publishing that is subject to compliance with client requirements and data that is subject to data right restrictions by the client. Any violation of such may result in administration of penalties. The expectation is that one or more Firm-Fixed Price type contracts will be awarded and such recipients need not have an approved accounting system, but are still subject to restrictions/guidelines associated with defective pricing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ff5459a83d6696da45de590d263e0d1)
- Place of Performance
- Address: ACC-APG SCRT - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02633252-W 20111207/111205234027-4ff5459a83d6696da45de590d263e0d1 (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 |