Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2012 FBO #3802
SOLICITATION NOTICE

R -- CIDNE/Emerging Technology Analysis

Notice Date
4/20/2012
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
MICC - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF412R0012
 
Response Due
5/4/2012
 
Archive Date
7/3/2012
 
Point of Contact
Ruth 'Nickey' Brown, 913-684-1615
 
E-Mail Address
MICC - Fort Leavenworth
(ruth.nicole.brown@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Mission Contracting Office, Fort Leavenworth, intends to issue a solicitation for Analysis Support Services to the TRADOC Capabilities Manager - Mission Command (TCM-MC) located at Ft. Leavenworth KS. The overall scope of this procurement will include the following: The scope of this PWS is to provide the following support to the TCM MC office: (1) Conduct an assessment of Mission Command related emerging technology systems (e.g. CIDNE, Quick Reaction Capability (QRC) Operational Needs Statement (ONS) designated systems, CDRT candidate systems, etc.) architecture products; (2) Integrate emerging technology systems with current and projected mission command systems, applications, services and network infrastructure;(3) Transition operational required mission command system functionalities/capabilities within the combat development community. System architecture products include Test Threads, Data Flow Diagrams, Information Exchange Requirements (IER), JCIDS documents, Operational CONOPS/CONEMPS, white papers, and analytical studies and reports. The purpose of this PWS is threefold: (1) to develop and maintain these architecture products, (2) to review proposed changes or generate changes as necessary to insure these products accurately reflect current and future system capabilities, and (3) to transition associated products' functionalities/capabilities to the appropriate combat/material developers. Priority of effort is to be directed toward CIDNE first, and then to select Mission Command emerging technology systems (no more than two). Performance of this task requires close coordination with Army Capabilities Integration Center (ARCIC), Project Manager (PM) Mission Command (MC), Product Manager (PdM) Tactical Mission Command (TMC), as well as with a variety of combat developers and material developers whose systems interface with the Mission Command related emerging technology systems. The Organizational Conflict of Interest clause, in accordance with FAR Part 9.5, applies to this solicitation. As a condition of award under this solicitation, the successful offeror cannot be a manufacturer of the types of technologies being evaluated under this PWS. Additionally, the awardee (to include the prime contractor and all subcontractors) will not be eligible for the subsequent award as a prime contractor or to perform as a subcontractor on any contract that results from the recommendations delivered to the government for a period of five years after the completion of this contract. For example, if this contract ends in 2013, then the restriction would end in 2018. The Government anticipates a solicitation release date on or about May 7, 2012 through Federal Business Opportunities (FedBizOps) website. A single award of a Firm Fixed-Price contract is anticipated and award will be made to the offeror who provides a proposal that best meets the Government's requirement. All requirements, evaluation criteria, basis for contract award and proposal due date will be provided as part of the solicitation. The anticipated period of performance will consist of a one year period of performance with two 12-month optional periods of performance. This procurement is set-aside 100% for Small Business concerns only; under NAICS Code 541690 and who meet the small business size standard of $14 Million. All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be actively registered in the Central Contractor Registration (CCR) at www.ccr.gov and must have completed the Online Representations and Certifications Application (ORCA). The solicitation and any documents related to this procurement will be available at the Government wide Point of Entry at http://www.fbo.gov/ and https://acquisition.army.mil/asfi. Requests for printed copies of the solicitation will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66aee1c70a3be3a91c9108ec65f3fc4d)
 
Place of Performance
Address: MICC - Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN02728012-W 20120422/120420235823-66aee1c70a3be3a91c9108ec65f3fc4d (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.