Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOLICITATION NOTICE

R -- Request for Proposal (RFP) for the Program Manager Counterproliferation (PMCP) Support Services contract - Solicitation

Notice Date
4/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-16-R-0052
 
Point of Contact
Roger A. Stevens, Phone: 8138266486, Matther C. Sheridan, Phone: 8138264828
 
E-Mail Address
roger.stevens@socom.mil, matthew.sheridan@socom.mil
(roger.stevens@socom.mil, matthew.sheridan@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitaion: H92222-R-16-0052 Agency/Office: U.S. Special Operations Command Location: Headquarters Procurement Division Title: PMCP Support Services Description(s): **PLEASE NOTE: This solicitation notice is the result of the information gathered under FBO Draft Request for Proposal (RFP) posting "H92222-R-15-0052_PMCP_DRAFT_RFP Draft Request for Proposal (Posted 8 Jan 16)" and FBO Sources Sought posting "SOFATL-KP2015-PMCP (Posted 1 Jun 2015)" FINAL RFP PMCP SUPPORT SERVICES (H92222-R-16-0052) This is a formal Request for Proposal (RFP) for the Program Manager Counterproliferation (PMCP) Support Services contract. The objective of this Indefinite Delivery/Indefinite Quantity (IDIQ) is to acquire Engineering and Development Technical Support including service requirements for development, product improvement, training, testing, acquisition support, logistics support, and other related technical and engineering support services to Special Operations Forces (SOF) focused on counter Radio Controlled Explosive Improvised Devices (RCIED), Explosive Ordnance Demolition (EOD), Electronic Countermeasures (ECM), and Counterproliferation (CP). This solicitation is a Small Business Set-Aside award for an anticipated single award five-year IDIQ contract. USSOCOM reserves the right to award a multiple award IDIQ contract if it is determined to be in its best interest during the source selection process. The maximum dollar value of this contract is $49,000,000.00 over the anticipated five-year IDIQ. Attached to this announcement are the FINAL RFP and all applicable attachments. These documents are both Export Controlled and require Explicit Access Approval: Export Controlled: In order to view Export Controlled documents the vendor must be on the Defense Logistics Agency (DLA) managed Joint Certification Program list. Any questions regarding this list should be directed to the Joint Certification Office at 1-800-352-3572 or jcp-admin@dla.mil. Explicit Access: In order to receive Explicit Access each vendor must submit a request via this FBO posting. Those requests will go through FBO and to the Contracting Officer who will approve or deny all requests within 48 hours (not including weekend or holidays). If previously granted Explicit Access under previous notices (Draft RFP, Sources Sought) you MUST request Explicit Access again through this notice. Email and/or phone call requests for Explicit Access will not be accepted as all requests must go through FBO. Any questions regarding issues specific to Explicit Access through FBO should be directed to the Contracting Officer AND Contract Specialist identified on this notice. Communications with USSOCOM personnel other than the Contracting Officer or the Contract Specialist is prohibited. Any questions regarding this FINAL RFP must be submitted as follows: 1. All questions will be sent via email to the Contracting Officer ROGER A. STEVENS (roger.stevens@socom.mil) and the Contract Specialist MATTHEW C. SHERIDAN (matthew.sheridan@socom.mil). Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence, for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include proprietary information in the template, it must be marked appropriately. 2. All emailed questions should have the following subject: PMCP RFP QUESTION ({Name of Offeror}). In the body of the email should be all questions with appropriate document and paragraph references. 3. Offerors may submit questions to the Contracting Officer by e-mail at any time prior the 5 May 2016 FINAL RFP closing, however, questions received on or after 2 May 2016 will receive no response unless the FINAL RFP closing date is extended. 4. The Contracting Officer will post all responses as amendments to this FBO notice. The questions will be responded to in a word document format with the identical question posted (the offeror who submitted the question will not be identified) and the USSOCOM response below. USSOCOM will build on the same document with each question/response posting so the latest posting will contain all questions/responses from earlier postings. 5. USSOCOM will respond to questions using the following schedule: 11 April 16 (NLT 1800 EST) 14 April 16 (NLT 1800 EST) 18 April 16 (NLT 1800 EST) 21 April 16 (NLT 1800 EST) 25 April 16 (NLT 1800 EST) 28 April 16 (NLT 1800 EST) 2 May16 (NLT 1800 EST) Please continue to monitor FBO for changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-16-R-0052/listing.html)
 
Place of Performance
Address: As Specified in individual Task Order Performance Work Statements, United States
 
Record
SN04073907-W 20160407/160405235209-8611d2f97fbca58c7d3dcbf56dd50086 (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.