Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
MODIFICATION

R -- Rapid Equipping Force (REF) Analysis Services - Amendment 2

Notice Date
3/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sill, 1803 NW Macomb Road, Fort Sill, Oklahoma, 73503, United States
 
ZIP Code
73503
 
Solicitation Number
W9124L-17-R-0007
 
Point of Contact
Addam C. Tate, Phone: 580-442-3424, Pauline K. Abraham, Phone: 580-442-3904
 
E-Mail Address
addam.c.tate.civ@mail.mil, pauline.k.abraham.civ@mail.mil
(addam.c.tate.civ@mail.mil, pauline.k.abraham.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor Questions and Answers Conform Copy of Solicitation Solicitation Amendment 0002 Non-Personal Services. Description of Services: The contractor shall provide personnel, equipment, supplies, materials, transportation, supervision and other items and non-personal services necessary to perform Specialized Professional Services (SPS) as defined in the Performance Work Statement, except for those items specified as government furnished property and/or services. This is a non-personal services contract to provide the United States Rapid Equipping Force (REF) analysis, intelligence, security, assessment, evaluation and assessments, engineering, logistics, strategic planning, cybersecurity, electronic warfare intelligence, financial and program management, and information operations support services. The Government will determine its specific requirements and issue Requests for Task Orders as requirements are determined in accordance with any combination of support services identified in the PWS. This is a performance-based requirement in accordance with (IAW) the Federal Acquisition Regulation (FAR) 2.101 definition of performance-based acquisition; therefore, the Government is defining the required results rather than the processes in which the contractor shall use to achieve those results. Contract period is estimated to be 20 March 2017 through 19 March 2018, and includes one (1) possible option year period. A hybrid time and materials/firm fixed price Indefinite Delivery/Indefinite Quantity-type contract is anticipated. Telephone requests will not be honored. Applicable Product Service Code (PSC) is R499 (Other Professional Services), North American Industrial Classification Systems (NAICS) code is 541990 (All Other Professional, Scientific, and Technical Services). Small business size standard is: $15 million. Requirement is set aside for Service Disabled Veteran Owned Small Businesses. Estimated issue date is: 30 January 2017. All responsible sources may submit an offer that will be considered. This acquisition is conducted under the procedures in FAR Part 15. Bidders are required to be enrolled in the System for Award Management (SAM) database (web site: https://www.sam.gov/). Solicitation will be accessible at the following web site: http://www.fedbizopps.gov. The Government will issue a 100% Service Disabled Veteran Owned Small Business set-aside Request for Proposal (RFP). Contract award will be made on the basis of Best Value to the Government. Evaluation factors will be listed in order of importance in the RFP. Award of a Hybrid Time and Materials (T&M)/Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) contract will be made to an eligible small business concern. Services shall be procured pursuant to the regulatory direction of FAR Part 15, Contracting by Negotiation. The expected award shall consist of one base period of performance 1 April 2017 thru 31 March 2018 and may include up to one option period of performance. There is no guarantee that any option period of performance will be exercised. The entire solicitation package will be made available on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov/. Requests for copies of the solicitation package by any other means will not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package or subsequent solicitation amendments. The RFP will be issued on or about 30 January 2017. The closing date for submission of offers will be on or about 17 February 2017. Pursuant to FAR 4.1102 (a), prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. Any questions may be directed to Addam Tate, addam.c.tate.civ@mail.mil, and Pauline K. Abraham, pauline.k.abraham.civ@mail.mil Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-03-01 16:24:53">Mar 01, 2017 4:24 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-03-06 19:34:21">Mar 06, 2017 7:34 pm Track Changes The purpose of Amendment 0001 is to extend the solicitation responde due date/time. Please see attached Amendment for details. Contractor Questions and Government Answers is forthcoming in a separate Amendment. Any questions may be directed to Addam Tate, Contract Specialist at addam.c.tate.civ@mail.mil, and Pauline Abraham, Contracting Officer at pauline.k.abraham.civ@mail.mil. The purpose of Amendment 0002 is to provide changes to the solicitation and attachments and to provide Contractor questions and answers. Any questions may be directed to Addam Tate, Contract Specialist at addam.c.tate.civ@mail.mil, and Pauline Abraham, Contracting Officer at pauline.k.abraham.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6f78e33883c8faf13d7cb6908d34eece)
 
Record
SN04423800-W 20170308/170306234141-6f78e33883c8faf13d7cb6908d34eece (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.