Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
MODIFICATION

D -- Integrated Computerized Deployment System -Version 7

Notice Date
12/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-14-R-D006
 
Archive Date
6/17/2014
 
Point of Contact
Linda K. Murphy, Phone: 618-220-7101
 
E-Mail Address
linda.k.murphy.civ@mail.mil
(linda.k.murphy.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: HTC711-14-R-D006 Notice Type: Solicitation Original Set Aside: N/A Set Aside: N/A Classification Code: D Place of Performance: CONUS 31 Dec 2014 Posted: ** Note the following: IAW the RFP Section L-5(a) both electronic and hard copies must be received on or before 2:00 pm CT, Monday 5 Jan 2015. _________________________________________________________________________ 30 Dec 2014 Posted: **Notice IAW RFP Section L-5(a) Electronic copies of the proposal shall be submitted to Ms Linda Murphy and Mr. Belfield Collymore via the email address listed in Section L-1, in a format that can be read and edited by Microsoft (MS) Word 2000, MS Excel 2000, MS Project 2000, and MS Power Point 2000 (or newer versions, thru MS Office 2007). The Government email size limitation is 10MB. We can receive zip files but they still must be no larger than 10MB, therefore vendors may send multiple emails IAW RFP L-5(a). If you do not receive a confirmation email response, please call Mr. Collymore or Ms Murphy for confirmation (see section L-1 for telephone numbers. _______________________________________________________________________ 23 Dec 2014 Posted: The following Attachments are provided: Round 3 (86-96) Questions and Answers RFP HTC711-14-R-D006 Amend 3 (Conformed version) RFP HTC711-14-R-D006 Amend 3 (Amendment version) Revised Attachment 7 Revised Attachment 15 ________________________________________________________________________ 18 Dec 2014 Posted: The following Attachments are provided in word format for contractor convenience: Attachments 6, 11, 14, and 15. _______________________________________________________________________ 18 Dec 2014 Posted: Round 2 Question and Answers for RFP HTC711-14-R-D006 ________________________________________________________________________ 15 Dec 2014 Posted: *Note: Early Hand delivery of proposals will be accepted as follows: - 29 Dec 2014 (0700-1500 CT) Contact POC's are Ms Kendra Taylor, 618-220-6729 or Ms Beth Ruckwardt, 618-220-7054. - 30 Dec 2014 (0700-1500 CT) Contact POC's are Ms Linda Murphy, 618-220-7101 or Ms Kendra Taylor, 618-220-6729 or Ms Beth Ruckwardt, 618-220-7054. **Proposal Due Date remains 2:00 PM (CT), Monday, 5 Jan 2015. _______________________________________________________________________ 11 Dec 2014 Posted: Round 1 Questions and Answers for RFP HTC711-14-R-D006 ________________________________________________________________________ 10 Dec 2014 Posted: RFP HTC711-14-R-D006 Amendment 02 for ICODES V7 attached. Also includes Attachments 1, 5, 5a, 14 and 15. Proposal Due Date has been extended to reflect 2:00 PM, Monday, 5 Jan 2015. ______________________________________________________________________ 4 Dec 2014 Posted: ICODES Source Code is available by request and downloadable from the AMRDECSAFE Website. Each download is separate and requires another request from vendor to the POC below and there will be a separate password for each download. 1. Interested vendors shall provide one valid POC email address and vendor's cage code to Ms. Linda Murphy at linda.k.murphy.civ@mail.mil and Mr. Belfield Collymore at belfield.c.collymore.civ@mail.mil which will be used to validate vendor's registration in System for Award Management (SAM) website at https://www.sam.gov/index.html/#1. 2. Validated vendors will receive an autmatically generated email from the AMRDEC Safe File Transfer website with document download information and password. ONLY ONE POINT OF CONTACT PER VENDOR WILL BE GIVEN ACCESS TO THE SITE. 3. Vendors will not be able to access the AMRDECSAFE website after the set time has expired. _____________________________________________________________________ 3 Dec 2014 Posted: ICODES Version 6.0.6. USER GUIDES are available by request and downloadable from the AMRDECSAFE Website. 1. Interested vendors shall provide one valid POC email address and vendor's cage code to Ms. Linda Murphy at linda.k.murphy.civ@mail.mil and Mr. Belfield Collymore at belfield.c.collymore.civ@mail.mil which will be used to validate vendor's registration in System for Award Management (SAM) website at https://www.sam.gov/index.html/#1. 2. Validated vendors will receive an autmatically generated email from the AMRDEC Safe File Transfer website with document download information and password. ONLY ONE POINT OF CONTACT PER VENDOR WILL BE GIVEN ACCESS TO THE SITE. 3. Vendors will not be able to access the AMRDECSAFE website after the set time has expired. _____________________________________________________________________ 22 Nov 2014 Posted: RFP Amendment 1 - Attaching the Released RFP Attachment with Issue Date and DRAFT removed. No Other Changes to Attachment. Response Date in FBO Notice is included. _____________________________________________________________________ 21 Nov 2014 Posted: THIS IS THE SOLICITATION FOR ICODES -V7 _____________________________________________________________________ SYNOPSIS: The purpose of this synopsis is to notify interested parties the United States Transportation Command (USTRANSCOM) Acquisition Directorate anticipates issuance of a solicitation for Integrated Computerized Deployment System-Next Generation (ICODES-NG) on behalf of Military Surface Deployment and Distribution Command (SDDC). The ICODES-NG requirement is to obtain non-personal services which will consist of designing, developing, documenting, testing and implementing a software solution that provides, as a minimum, the system functionality reflected in Appendix E and Appendix F of the Performance Work Statement (PWS, with a minimum of Government Purpose Rights. The Government intends to award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, cost and other factors considered. The contract will contain Cost, Cost Plus Fixed Fee (CPFF), and Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs). The contract will include a base period and four (4) option periods. The period of performance will be from approximately 1 December 2014 through 31 May 2019. The North American Industry Classification System (NAICS) is 541511 with a size standard of $25.5 million dollars. Interested parties must be registered in the System for Award Management (SAM) at www.sam.gov in order to receive a contract award. The solicitation for this acquisition will be released electronically and will be available only on the Federal Business Opportunities (FedBizOpps) website at www.fbo.gov. The RFP will be posted on www.fbo.gov on or about 1 July 2014. All responsible sources may submit a proposal which shall be considered by the agency. A copy of the DRAFT ICODES-NG Performance Work Statement (PWS) is attached. Please e-mail PWS comments to linda.k.murphy.civ@mail.mil and belfield.c.collymore.civ@mail.mil. The Contracting Officer will not provide a response to comments submitted, but may consider the comments in the final PWS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-14-R-D006/listing.html)
 
Place of Performance
Address: Contractors site and Scott AFB, IL, United States
 
Record
SN03607203-W 20150102/141231234002-34579165e355fb10b014ac1d7a7a43e6 (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.