Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

R -- Analytic & Technical Support Services (ATSS)

Notice Date
6/18/2014
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ0034-14-R-0074
 
Point of Contact
Mary Beth Brown, , D. Wes Bennett,
 
E-Mail Address
mary.e.brown462.civ@mail.mil, david.w.bennett4.civ@mail.mil
(mary.e.brown462.civ@mail.mil, david.w.bennett4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a request for proposal. The purpose of this notice is to synopsize the requirement for Analytic & Technical Support Services (ATSS). The proposed solicitation number is HQ0034-14-R-0074. The anticipated DRAFT solicitation posting date is 19 June 2014. The anticipated solicitation release date is 03 July 2014. The Washington Headquarters Services / Acquisition Directorate (WHS/AD) intends to make multiple Indefinite-Delivery / Indefinite-Quantity (IDIQ) five-year contract awards with a single full & open competition solicitation under NAICS Code 541990 and set-aside reserves for small businesses under NAICS Code 541611. An estimated 20% of the future task order requirements will be set-aside for small businesses, and two or more small business contracts are expected to be awarded. All responsible sources may submit a proposal which shall be considered by the agency. The IDIQ will have an estimated overall ceiling of $300 million and contain the option to issue Task Orders on a Fixed Price or Cost-Reimbursement (or combination thereof) basis. The following represent Under Secretary of Defense for Acquisition, Technology, and Logistics (USD(AT&L)) offices that may require support under this contract: • Office of the Assistant Secretary of Defense for Acquisition (OASD(A)) o Tactical Warfare Systems (TWS) o Space, Strategic, and Intel Systems (SSI) o Command, Control, and Communications (C3), Cyber, and Business Systems (C3CB) o Performance Assessments and Root Cause Analyses (PARCA) o Joint Operations Support (JOS) • Acquisition Resources and Analysis (ARA) • Other offices supporting USD(AT&L) USD(AT&L)'s technical support tasks portfolio encompasses two major functional capability areas: • Administrative Management and General Management Consulting Services • Professional, Scientific, and Technical Services The normal place of performance for direct technical staff support is the Pentagon reservation and other sites within the National Capital Region (NCR). Place(s) of performance will be stated in each TO. Project and study tasks are not normally tied to performance in a specific location, though progress reports and deliverables will be conveyed in the Pentagon reservation and other sites within the NCR unless otherwise specified. In order to be eligible for award: 1) At time of proposal submission, the offeror must have an approved accounting system and shall submit confirmation (and proof if applicable): • whether the offeror's organization is operating under an accounting system that has been approved for cost-type contracts • whether the offeror is subject to cost accounting standards • whether the offeror has submitted a CASB Disclosure Statement, and if it has been determined adequate • whether the offeror has been notified that it is or may be in noncompliance with its Disclosure Statement or CAS, and, if yes, an explanation • whether any aspect of this proposal is inconsistent with the offeror's disclosed practices or applicable CAS, and, if so, an explanation • whether the proposal is consistent with the offeror's established estimating and accounting principles and procedures and FAR Part 31, Cost Principles, and, if not, an explanation. 2) The offeror shall submit confirmation (and proof, if applicable) that company can meet minimum security requirement compliance at time of proposal submission: • Ability to provide and maintain contractor personnel up to and including a Top Secret / Sensitive Compartmented Information (SCI) minimum with Special Program Access eligibility • Capability to transport classified information to and from corporate offices and store classified materials up to "Secret" level at off-site office spaces The anticipated award date is 23 September 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-14-R-0074/listing.html)
 
Record
SN03398717-W 20140620/140619021733-344f87cdbd109e4e9033112e4ae289cd (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.