SOURCES SOUGHT
R -- TAPO Support Services
- Notice Date
- 8/8/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- H9224113R001201
- Archive Date
- 9/6/2013
- Point of Contact
- Valerie K. Arthur, Phone: 757-878-3299 ext.239, Sharon R. Washington, Phone: 757-878-5223 ext. 350
- E-Mail Address
-
valerie.arthur@us.army.mil, sharon.r.washington@us.army.mil
(valerie.arthur@us.army.mil, sharon.r.washington@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The United States Special Operations Command (USSOCOM), Technology Application Contracting Office (TAKO), intends to procure services to acquire technical, engineering, and program management services for the Technology Application Program Office (TAPO), the Mission Enhanced Little Bird (MELB) Program Manager, and the Special Operations Mission Planning Environment (SOMPE) Product Manager. The proposed contract action intends to procure contractor services for aviation program management, logistics, resource management, and systems integration. The Government anticipates successful contract performance will require a working knowledge of military aviation systems acquisition, to include DODD 5000, Federal Acquisition Regulations (FAR), Joint Capabilities Integration and Development System (JCIDS), and Planning, Programming, Budgeting, and Execution System (PBBE). Success will also require experience with manned, military rotary wing aircraft systems engineering, systems integration, qualification, flight test, and logistics support. The intended award will be a combination of Firm Fixed Price (FFP) line items for services and cost reimbursement for travel and Other Direct Costs (ODCs). The Government anticipates an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The IDIQ contract will consist of five one (1) - year ordering periods and one (1) three year, award term. A Quality Assurance Surveillance Plan (QASP) will be used throughout the contract performance and will serve as basis for Government decision on optional ordering period. Services will be performed primarily at Fort Eustis, Va.; however, other duty locations may be needed. Due to the nature of the work, offerors must have a secret facility clearance. All proposed employees will be required to hold a secret clearance. This will be a competitive 8(a) Set Aside, In Accordance With (IAW) Far 19.8. Only eligible 8(a) concerns should inquire to this notice. The associated North American Industrial Classification Codes (NAICS) include 541330, 561990 and 541614. All interested, capable, and responsible sources that would like to respond to this sources sought are encouraged to provide a statement of interest along with supporting substantiation input to Ms. Valerie Arthur, Contracting Officer via email at valerie.k.arthur.civ@mail.mil no later than 4:30 pm EST on 22 AUG 2013. Submissions shall not be greater than 10 MB of data. Questions may be forwarded by email to this email address. Once the sources sought requirement has closed the Government will contact individual responders for any further information required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H9224113R001201/listing.html)
- Place of Performance
- Address: Ft. Eustis, VA; Possibly other locations, Ft. Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN03142158-W 20130810/130808235429-39995a4ad1f6341dd8389eedb80de185 (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 |