Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
MODIFICATION

R -- Joint Program Executive Office for Chemical and Biological Defense (JPEO CBD) Omnibus Program and Engineering Technical Support (OPETS)

Notice Date
5/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - 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-0004
 
Response Due
5/9/2012
 
Archive Date
7/8/2012
 
Point of Contact
Lindsey, 4073845554
 
E-Mail Address
ACC-APG - Natick (SPS)
(lindsey.crockett@us.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
**THIS IS A CORRECTION TO THE PRESOLICITATION. THE AFFORDABILITY & COSTING AOI WAS OMITTED FROM THE PREVIOUS POSTING. ADDITIONALLY, THE JPEO-CBD HQ ADDRESS HAS BEEN CORRECTED** *Offerors are cautioned to review the entire RFP due to revisions resulting from the Industry Day feedback.* This requirement defines the Omnibus Program and Engineering Technical Support (OPETS) services for the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) and all subordinate Joint Project Managers (JPMs) and their offices. This is a Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ) contract with, when applicable, performance based task orders for the Joint Program Executive Office for Chemical Biological Defense (JPEO-CBD) and other customers under the auspices of the Chemical Biological Defense Program (CBDP). The cumulative total of all task orders awarded to all awardees will not exceed $495,000,000 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 proposing on the same project. NAICS Code 541330, Engineering Services for Military and Aerospace Equipment and Military Weapons, applies with a small business size standard exception of $35,500,000. Only offerors qualifying as a small business concern under this size standard are eligible to propose for work at the task order level within the Small Business Set-Aside Acquisition Domain. 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. Within this Commercial IDIQ contract vehicle, there will be six domain support areas: Acquisition (100% Set Aside for Small Business); Logistics (Unrestricted Competition); Business and Analytical (Unrestricted Competition); Engineering and Technical (Unrestricted Competition); Information Technology (Unrestricted Competition) and Medical (Unrestricted Competition). For a further description of these domains and associated areas of interest, please see the list below. The Government reserves the right to make multiple awards in each domain and anticipates awarding a single task order per Area of Interest (AoI) within a Domain (~25 task orders). During a task order period of performance, subsequent work will be added to existing task orders within the appropriate AoI via modification. Offerors are permitted to propose in multiple domain support areas, but must demonstrate a total core competency in the domain for which they are proposing. Task Orders may be issued for a one (1) year Base period and up to two (2), one (1) year Option periods. The Firm-Fixed-Price IDIQ contracts recipients need not have an approved accounting system, but are still subject to restrictions/guidelines associated with defective pricing. The guarantee minimum is $2,500.00 for the Base Period only. The Government envisions that multiple awards will be made; however, it reserves the right to make no award or to make a single award, if in the best interest of the Government. If for any reason, there are no successful proposals, or only one successful proposal, the Government reserves the right to re-open the solicitation. The Government currently estimates that Request for Proposal will be posted within the next 60 days or less. Any questions about this requirement must be submitted in writing to Lindsey Crockett at lindsey.m.crockett2.civ@mail.mil. All proposals shall be sent to the address specified in the solicitation. All responsible sources who submit a timely response will be considered for award. 100% SB SET-ASIDE ACQUISITION DOMAIN -Program Management -Program Analysis -LCM Management -Administrative Support FULL & OPEN LOGISTICS DOMAIN -Acquisition Logistics -Logistics Analysis -Technical Documentation Validation -Sustainment & Maintainability FULL & OPEN BUSINESS AND ANALYTICAL DOMAIN -Financial Mgmt Services -Mgmt, Org & Bus Improvement Services -Affordability & Costing -Specialized Analysis -Training Services FULL & OPEN ENGINEERING DOMAIN -Engineering Support -Specialized Engineering (Biomed, Communications, Electronics, etc...) -Test and Validation -Science and Technology FULL & OPEN INFORMATION TECHNOLOGY DOMAIN -Information Assurance -Architecture Support -Software FULL & OPEN MEDICAL DOMAIN -Drug Development Policies & Procedures -Science, Pharmaceutical, Vaccine/Biologics Management Contracting Office Address: Army Contracting Command-Aberdeen Proving Ground - Natick Contracting Division, 13501 Ingenuity Drive, Ste 200, Orlando, FL 32826 Places of Performance: For additional information, please reference the RFP W911QY-12-R-0004 PWS. JPEO Headquarters 5101 Hoadley Rd, Aberdeen Proving Ground, MD 21010 JPM Office, Biological Defense 5184 Blackhawk Road, Building E3551 APG-EA, MD 21010 JPM Office, Chemical Biological Medical Systems 1564 Freedman Drive Fort Detrick, MD 21072 JPM Offices, Contamination Avoidance and Guardian 5183 Blackhawk Road, Building E2800, Suite 301 APG-EA, MD 21010 JPM Office, Information Systems 4301 Pacific Highway, Building OT1, 2nd Floor San Diego, CA 92110 JPM Offices, Medical Countermeasures and Protection 50 Tech Parkway, Suite 301 Stafford, VA 22556 Provisional JPM Radiological-Nuclear 5183 Blackhawk Road, Building E2800, Suite 118 APG-EA, MD 21010 JPM Office, Transformational Medical Technologies 8725 John J. Kingman Road, Stop 6201 Fort Belvoir, VA 22060
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/647ba357b07ad9d5997269a2d21522c2)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02743493-W 20120511/120509235431-647ba357b07ad9d5997269a2d21522c2 (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.