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
SOLICITATION NOTICE

A -- Joint Test & Evaluation Engineering Services - Package #1

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Joint Test & Evaluation, USAERDC WATERWAYS, 3909 HALLS FERRY ROAD, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W91C9G-17-R-0001
 
Archive Date
5/17/2017
 
Point of Contact
Graham Landers Grant, Phone: 601-634-5335, Nancy Sykes, Phone: 601-634-2387
 
E-Mail Address
landers.grant@usace.army.mil, nancy.sykes@usace.army.mil
(landers.grant@usace.army.mil, nancy.sykes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Proposal Registration Form Solicitation W91C9G-17-R-0001 (with QASP & Attachments) The JT&E Program requires technical and engineering analysis across the range of test activities to include the preparation of technical reports, test design and planning, field test activities, data collection, data processing and analysis, hardware and software configuration and documentation, programming, analysis of system performance and related data, modeling and simulation, training, instrumentation and facilities, integrated logistic functions, resource and program control. The majority of the JT work shall be performed in the three Joint Test Units located at Nellis Air Force Base, Nevada, Aberdeen Proving Ground, Maryland and Suffolk, Virginia. QRT and T&E task work may be conducted at any site both CONUS and OCONUS as identified by the Government in the specific task orders. Although the current contract is unclassified, the project problem statements are classified; therefore, prime contractors are required to attend classified briefings prior to proposing on all task orders. Currently these classified briefings are conducted at least five (5) times annually, either at the JTU in Suffolk, VA or at the Pentagon in Washington, DC. The engineering services needed for this acquisition do not require performance by a licensed engineer, and are not appropriate for procurement using Brooks Act A-E procedures. This solicitation is being issued on an unrestricted basis, with a target award of 4 to 8 performance-based Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contracts (MATOCs) with a ceiling capacity of $900,000,000.00 and a three year base period, a three year option period and a four year option period (potential 10 year total ordering period). In accordance with FAR 19.502-4(c), the Contracting Officer reserves the right to set-aside O&M funded T&E task orders for small business, when the rule of two applies. Award will be made to the Offeror(s) submitting the proposal(s) determined to be the most beneficial to the Government, in accordance with Federal Acquisition Regulation (FAR) Part 15. Offerors must currently possess a Top Secret facility clearance (FCL) in order to be eligible for award. Subcontractors may only actively work with one MATOC prime contractor at a time. A Preproposal Conference is scheduled for April 4, 2017 to be held at the JPO facility at 7025 Harbour View Blvd., Suite 105, in Suffolk, VA 23435. Up to 3 participants per vendor may attend. Vendors must preregister by completing Preproposal Registration Form (included in this notice) and submitting it to Landers Grant via email at landers.grant@usace.army.mil no later than 2:00pm Central on March 28, 2017. Subject of email must be titled "JPO Preproposal Registration Form". A valid Government-issued photo ID (Driver's License) will be required in order to access the facility. It is the offeror's responsibility to monitor the Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/333/W91C9G-17-R-0001/listing.html)
 
Place of Performance
Address: Nellis Air Force Base, Nevada; Aberdeen Proving Ground, Maryland; Suffolk, Virginia; as well as any site CONUS and/or OCONUS, as identified by the Government in the specific task orders., United States
 
Record
SN04424318-W 20170308/170306234617-93865d08fc62b86ee2307fb069f23da9 (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.