AWARD
D -- Common Battle Command Simulation Environment (CBCSE)
- Notice Date
- 8/30/2017
- Notice Type
- Award Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-16-R-0042
- Archive Date
- 3/31/2018
- Point of Contact
- Marvin J. Hagan, Phone: 4072083349, Dunamis T. Triska, Phone: 4072085862
- E-Mail Address
-
marvin.j.hagan.civ@mail.mil, dunamis.t.triska.civ@mail.mil
(marvin.j.hagan.civ@mail.mil, dunamis.t.triska.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Award Number
- W900KK-17-D-0005
- Award Date
- 8/29/2017
- Awardee
- Phoenix Logistics, Inc. , Phoenix Logistics, Inc. <br />, CAGE Code: 0SCJ7<br />, 1840 W. 1st Ave<br />, Mesa, AZ 85202<br />, Mesa, Arizona 85202, United States
- Award Amount
- $98,800,000
- Description
- Synopsis: The Common Battle Command Simulation Equipment contract will provide the procurement and deployment of the CBCSE hardware and software licenses in support of the Program Executive Officer for Simulation, Training, and Instrumentation (PEO STRI) Program Manager for Integration Training Environment (PM ITE) Joint Land Component Constructive Training Capability (JLCCTC) program of record. The contract requirements will include technical analysis of Government supplied specifications; CBCSE Product procurement; hardware installation/configuration; and configuration management (CM) of CBCSE Products. The Government is awarding a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The ordering period of CBCSE shall not exceed 60 months from date of contract award. The Base Year is for 36 months. The period of performance for the Option, if exercised, is 24 months after the option is exercised. In accordance with FAR Clause 52.216-22, Indefinite Quantity, the Government may require that deliveries be made under this contract up to 24 months beyond the ordering period. CLIN 0001: Labor to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C. This CLIN is CPFF Level of Effort - CPFF CLIN 0002: Travel to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 0003 - Site Material to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 0004 - Lab Material to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 0005 - ODC-Customer Funded to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 0006 - Software License-Initial to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 0007 - Software License-Maintenance to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 0008 - Phase-in to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - FFP CLIN 0009 - CDRL - Data and Reports are in accordance with the Contract - FFP CLIN 0010 - Contractor Manpower Reporting (CMR) Base - FFP CLIN 0011 - Reserved for potential future use - FFP CLIN 1001 (OPTION) - Labor to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C. This CLIN is CPFF Level of Effort - CPFF CLIN 1002 (OPTION) - Travel to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST. CLIN 1003 (OPTION) - Site Material to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 1004 (OPTION) - Lab Material to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 1005 (OPTION) - ODC-Customer Funded to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 1006 (OPTION) - Software License-Initial to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 1007 (OPTION) - Software License-Maintenance to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - COST CLIN 1008 (OPTION) - Phase-out to provide for the procurement and deployment (delivery, initial installation and refresh) of CBCSE Products to CONUS and OCONUS sites in accordance with (IAW) Performance Work Statement (PWS) located in Section C - FFP CLIN 1009 (OPTION) - CDRL - FFP CLIN 1010 (OPTION) - Contractor Manpower Reporting (CMR) - FFP CLIN 1011 (OPTION) - Reserved-Option (Yr4-Yr5) - FFP Contracting Office Address: Army Contracting Command - Orlando, 12211 Science Drive, Orlando, FL 32826-3224
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0a6e247d781fe42be9b946027c0da8b1)
- Place of Performance
- Address: PEO STRI, 12211 Science Dr., Orlando, Florida, 32826, United States
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN04654015-W 20170901/170830232022-0a6e247d781fe42be9b946027c0da8b1 (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 |