MODIFICATION
R -- Tropics Test Support Services
- Notice Date
- 8/21/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-17-R-0004
- Archive Date
- 10/25/2017
- Point of Contact
- Angela L Morin, Phone: 2542878780
- E-Mail Address
-
angela.l.morin.civ@mail.mil
(angela.l.morin.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Mission and Installation Contracting Command - Fort Hood, Texas, on or about 21 August 2017, publishes this modification to the notice of intent to issue Solicitation Number W9124R-17-R-0004. The requirement is for Tropic Test Support Services (TTSS) in support of the Tropic Regions Test Center (TRTC), located at U.S. Army Yuma Proving Ground (USAYPG), Yuma Arizona. The preponderance of the work under this contract will be conducted in the Republic of Panama and various other tropical locations Outside the Continental United States (OCONUS) to include Suriname, Honduras, Hawaii, and various other tropical locations as needed. Testing sites chosen are characterized by hot, humid tropical climates, and swampy terrain with dense vegetation. Interested parties should be aware that the majority of testing locations are not within the confines of or adjacent to any U.S. Army installations or outposts, and are not protected by any Status of Forces Agreements. The Contractor that is awarded this contract will be required to establish a relationship with each host nation government to facilitate office space, maintenance facilities, and range access. The Contractor shall perform test engineering and technical analysis services, special studies, logistical support services, administrative support services, operations and maintenance services, test facilities / range management, fabrication, and repair. The services to be performed include the design, planning, coordination, execution, and reporting of assigned test programs. It is anticipated that the solicitation will be released on or about 7 September 2017, with an estimated closing date of 10 October 2017. Award will be made using a Best Value Tradeoff source selection evaluation approach. A Cost Plus Fixed Fee (CPFF) type contract is anticipated. The anticipated award date is 30 April 2018, with performance beginning 1 August 2018. The term of the awarded contract will be five years (60 months). There will be an approximate 90-day phase-in period beginning 1 May 2018 and ending 31 July 2018. The Government will evaluate the FAR Clause 52.217-8, Option to Extend Services, as part of its overall evaluation of proposals. This requirement is being solicited as unrestricted, and as such, requires the approval of a Subcontracting Plan. The North American Industrial Classification System (NAICS) code is 541330, Engineering Services, Except Military and Aerospace Equipment and Military Weapons, with a size standard of $38.5M. Title 10, United States Code (USC) Section 2399(d) requires that independent operational test and evaluation of Major Defense Acquisition Programs (MDAPs) is conducted independent of system contractor manipulation or influence, unless the system contractor is involved in the actual operation, maintenance, and support of the tested system when deployed in combat. Department of Army Regulation (AR) 73-1 extends this requirement to the independent operational test and evaluation of all programs. 10 U.S.C. §2399 requires the impartiality of contractor personnel with regard to operational testing and evaluation, therefore, this acquisition involves evaluation of Organizational Conflicts of Interest (OCI). The Government will conduct this acquisition in accordance with FAR Subpart 9.5 - Organizational and Consultant Conflicts of Interest.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/43bfa96c48433106940386b79ac4402a)
- Record
- SN04638157-W 20170823/170821231611-43bfa96c48433106940386b79ac4402a (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 |