SOLICITATION NOTICE
R -- DMEA - Solicitation for Strategic and Technical Analyses for Assured Microelectronics II (STAAM2) - Solicitation
- Notice Date
- 12/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
- ZIP Code
- 95652
- Solicitation Number
- HQ0727-14-R-0026
- Archive Date
- 2/10/2015
- Point of Contact
- Nickie Cruthirds, Phone: 916-999-2738, Jennifer Borghese, Phone: 916-999-2778
- E-Mail Address
-
nickie.cruthirds@dmea.osd.mil, jennifer.borghese@dmea.osd.mil
(nickie.cruthirds@dmea.osd.mil, jennifer.borghese@dmea.osd.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 4, Draft DD 254 - Task Order 0001. Attachment 3, DD 1423-1 - CDRLs A001-A003. Solicitation Attachment 2, Task Order 0001 - PWS 15-5B4. Solicitation Attachment 1, Schedule of Positions and Labor Rates. SF 1449, Solicitation / Contract / Order for Commercial Items. This announcement is prepared and posted in accordance with Federal Acquisition Regulation (FAR) Subpart 5.2 to notify potential Offerors of a solicitation for services for the Defense Microelectronics Activity (DMEA). Solicitation number HQ0727-14-R-0026 requests proposals for Strategic and Technical Analyses for Assured Microelectronics II (STAAM2) and Task Order 0001 (TO-0001). The STAAM2 requirement includes professional, scientific, and technology studies, or strategic analyses, using subject matter experts to evaluate the impact of laws, policies, regulations, or economic forces that affect the reliability, maintainability, obsolescence, availability, supportability, manufacturability, capability, and performance needs of Department of Defense (DoD) assured supplies of trusted microelectronics. TO-0001 will be evaluated and awarded concurrently with the base contract. Please see the attached solicitation, including the Performance Work Statement (PWS) for the base STAAM2 contract, the PWS for TO-0001, and all solicitation attachments, for more information regarding the requirement. The issue date of this solicitation is 23 December 2014. The official closing date and time is 12:00 A.M., Monday, 26 January 2015. Synopsis for this requirement was previously posted under solicitation number H94003-14-R-0026. The Sources Sought Notice for this requirement was previously posted under solicitation number PR4UH4K001. Please note that the Government reserves the right to cancel the solicitation at any time; costs incurred to include proposal preparation costs will not be reimbursed for any Offeror actions in response to this notice. The North American Industrial Classification System (NAICS) Code for the requirement is 541990 for All Other Professional, Scientific, and Technical Services. The small business size standard, as defined by the U.S. Small Business Administration, is $15 Million annual revenue. The contemplated requirement has not been set-aside for small businesses. Offerors intending to submit a response to the solicitation should ensure that their registration in the System for Award Management (SAM) database (https://www.sam.gov/portal/public/SAM/) is current and includes business size status Representations and Certifications for the identified NAICS. The proposed requirement is for commercial services (as defined by FAR 2.101) which will be pursued using the simplified acquisition test procedures at FAR Subpart 13.5. The contract resulting from the solicitation will be issued as a single award requirements contract under FAR Subpart 16.503 with firm fixed-price contract line items for services and data, and a time-and-materials CLIN for travel and travel-related costs. The contract period of performance period is anticipated to be for a total of three (3) years, including one (1) base year and two (2) option years (exercised at the discretion of the Government) with annual performance starting approximately March 2015 and ending February 2016. The requirements contract ceiling price is $6.5M. Services will typically be performed at Contractor facilities, though travel to other locations may be required. Government points of contact are identified below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-14-R-0026/listing.html)
- Record
- SN03603347-W 20141225/141223234351-c17cb9b240732256b2516ba4acb5061d (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 |