Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2017 FBO #5732
SOLICITATION NOTICE

99 -- Automated Testing - System Testing/Diagnostics and Netcentric Support - W15QKN17R0065

Notice Date
8/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN17R0065
 
Archive Date
9/16/2017
 
Point of Contact
Donald H. Gurry, Phone: 9737244267
 
E-Mail Address
donald.h.gurry.civ@mail.mil
(donald.h.gurry.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 0007, FORM 3002 Clearance of Technical Information for Public Release Attachment 0006 Standard Form LLL, Disclosure of Lobbying Activities Attachment 0005 QASP Attachment 0004 Task Order 0001 Performance Work Statement Attachment 0003 Labor Category Descriptions Attachment 0002 Labor Categories & Rate Table Attachment 0001 Past Performance Questionnaire Contract Data Requirements List A001-A003, B001-B003 SF1449 The US Army Contracting Command - New Jersey located at Picatinny Arsenal, NJ in support of Armament Research, Development and Engineering Center (ARDEC) Automated Test Systems Division (ATSD) is soliciting proposal(s) for Automated Testing - System Testing/Diagnostics and Netcentric Support. This will be a 100% Set Aside to Small Business. It is the Government's intention to award 100% Small Business Set Aside, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contracts with Firm Fixed Price (FFP) task orders. The Government reserves the right to make a single award. The total maximum value for all task orders placed under this program under all contracts is $125,000,000.00. The minimum contract obligation for each contract awarded will be $1,000.00. All individual performance period requirements for the services to be procured will be specified in each order. The Government anticipates making the award(s) using the best value subjective trade-off approach. This approach allows award to the offeror(s) whose proposal is the most advantageous to the Government when considering evaluaton factors in addition to price. These evaluaton factors will include Technical, Past Performance amd Price. For more information regarding proposal submission or the source selection evaluation factors, see the INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS and the EVALUATION FACTORS FOR AWARD sections of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3109521ccb9fd54e0e16d53fed5d3898)
 
Record
SN04607094-W 20170803/170801232321-3109521ccb9fd54e0e16d53fed5d3898 (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.