Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 28, 2012 FBO #4052
SPECIAL NOTICE

A -- ARL III MULTIPLE AWARD INDEFINITE QUANTITY/INDEFINITE DELIVERY W91CRB-11-D-0001-0007 NOTICE OF INTENT OF CEILING INCREASE

Notice Date
12/26/2012
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - RTP, ATTN: AMSSB-ACR, Research Triangle Park Contracting Division, P.O. Box 12211, Research Triangle Park, NC 27709-2211
 
ZIP Code
27709-2211
 
Solicitation Number
W91CRB11D00010007
 
Archive Date
3/26/2013
 
Point of Contact
CHANTAL ROSALES, 919-541-5409
 
E-Mail Address
ACC-APG - RTP
(chantal.m.rosales@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This serves as a Notice of Intent issued via the Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Research Triangle Park (RTP) division in support of the United States Army Materiel Command, Army Research Laboratory (ARL). The intent of this action is to increase the overall contract ceiling under the ARL III Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract awarded on 30 November 2010 to the following seven (7) Contractors: Science Applications International Corporation (SAIC) (W91CRB-11-D-0001), Battelle Memorial Institute (BMI) (W91CRB-11-D-0002), Booz Allen Hamilton (BAH) (W91CRB-11-D-0003), Exelis, Inc. (formerly known as ITT Corporation) (W91CRB-11-D-0004), Northrop Grumman (W91CRB-11-D-0005), Wintec Arrowmaker Incorporated (W91CRB-11-D-0006), and Technical and Project Engineering (TAPE) (W91CRB-11-D-0007) respectively. The ARL III MA contract was awarded with a contract ceiling of $400,000,000 over a five year ordering period. The contract currently has less than $150,000,000 of ceiling with less than 3 years remaining under the existing ordering period. The intent of this action is to increase the contract ceiling in order to allow adequate time for a follow-on contract to be competed without interrupting the agency's mission to support these activities. Based on the current schedule of the ARL III MAC IDIQ, an increase of $80M is required. The Army intends to increase the ID/IQ contract ceiling to $480M for the seven (7) ARL III Multiple Award contracts under the authority of Title 10 USC 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The ARL III MA IDIQ contract vehicle utilizes Research and Development (R&D), Operations Maintenance and Administration (OMA) and Other Procurement Activity (OPA) to provide rapid response capabilities and support to special operations, stability operations, intelligence and irregular warfare. The basic contract was issued on an indefinite delivery/indefinite quantity basis in accordance with FAR 16.504. Task Orders are issued in accordance with FAR 16.505 entitled Ordering. The scope of the contract allows the contractor to furnish personnel, facilities, equipment and supplies to perform services including studies, technical investigations, research, development, experimentation, limited acquisition and logistics support for items and systems supporting upgrade and modernization of U.S. Army, United States Special Operations Command, other Government Agency and Department of Defense capabilities in expeditionary warfare, irregular warfare, special operations, and stabilization / reconstruction operations. The current global environment has stressed the need for these agile capabilities far beyond what has been experienced during the past management of this contract. Consequently, use of the contract has exceeded historical rates, which may lead to the ceiling being reached prior than the expiration of the contract period of performance of 30 November 2015. The additional ceiling amount of $80,000,000 is necessary to bridge the gap between reaching the contract ceiling and the award of a follow-on contract. This will prevent unacceptable delays in fulfilling the requirements of those critical organizations and other units being supported by the Government through this contract. This notice of intent is not a request for competitive proposals. Interested sources may identify their interest and capability to respond to the requirement within 30 days after the publication date of this notice of contract action. All information received within the 30 days will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The North American Industry Classification System (NAICS) Code for this acquisition is 541330 (Engineering Services). Inquiries can be emailed to the Contracting Officer, Ms. Chantal Rosales, at Chantal.m.rosales2.civ@mail.mil, with a courtesy copy to the Contract Specialists Darryl Seegars (Darryl.t.seegars.civ@mail.mil), and Sharon Dansler, (Sharon.d.dansler.civ@mail.mil). Contracting Office Address: US Army Contracting Command, Aberdeen Proving Ground (APG), Research Triangle Park (RTP) Division 4300 S. Miami Blvd. Durham, NC 27709-2211 Primary Point of Contact: Chantal Rosales (Contracting Officer) Chantal.m.rosales2.civ@mail.mil 919-541-5409 Secondary Points of Contact: Darryl Seegars, Contract Specialist Darryl.t.seegars.civ@mail.mil, 919-541-9955 Sharon Dansler Contract Specialist Intern Sharon.d.dansler.civ@mail.mil, 919-541-0996
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/01f5f2967fe2d9fa5f2a6215413d3e54)
 
Record
SN02955504-W 20121228/121226233508-01f5f2967fe2d9fa5f2a6215413d3e54 (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.