Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2018 FBO #6162
SOLICITATION NOTICE

D -- Information Technology Manpower Support Services - J.1 Sample Task Order PWS - J.2 Past Performance Cover Letter and questionnaire - Solicitation

Notice Date
10/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-18-R-0014
 
Archive Date
2/14/2019
 
Point of Contact
Rex M. Valdez,
 
E-Mail Address
rex.m.valdez2.civ@mail.mil
(rex.m.valdez2.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation SF1449 PPQ PP Cover Letter PWS This is a Request for Proposal (RFP) in accordance with FAR Part 15, Contracting by Negotiation. The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is requesting proposal for the Information Technology Manpower Support Services requirement for the U.S. Army Communications-Electronics Command (CECOM) and Aberdeen Proving Ground Tenants. The solicitation number is W91ZLK-18-R-0014 and is a Total Set-Aside for competition under the Small Business Administration's 8(a ) Business Development Program active participants. This notice serves as a follow up to Sources Sought Notice W91ZLK-18-R-0013 posted 16 April 2018 and Pre-solicitation notice W91ZLK-18-R-0014 posted October 1, 2018. (Please note the change in the solicitation number in the title). The North American Industrial Classification System ( NAICS) code applicable to this procurement is 541513, Computer Facilities Management Services, which has a business size standard of $27,500,000.00. The Government anticipates the award of a single Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with task orders to be issued on a Firm-Fixed Price (FFP) and will be based on the best value achieved through a Lowest Price Technically Acceptable source selection process. The award will be issued with a twelve-month base period of performance and three (3) twelve-month option periods. The Government also reserves the right to issue up to an additional six (6) Month extension in accordance with FAR 52.217-8. Background Information: The U.S. Army Communication Electronics Command (CECOM) and Command, Control, Communication, Computer, Intelligence, Surveillance & Reconnaissance (C4ISR) of Aberdeen Proving Ground (APG), MD are comprised of independent and interdependent organizations that are collectively responsible for the life cycle of C4ISR systems. CECOM is comprised of two (2) functional support centers: the Integrated Logistics Support Center (ILSC), and the Software Engineering Center (SEC), as well as three (3) separate brigade elements: Tobyhanna Army Depot, Tobyhanna, PA; the U.S. Army Information Systems Engineering Command (USAISEC), Fort Huachuca, AZ.; the Central Technical Support Facility (CTSF), Fort Hood, Texas; and locations specified in Appendix E. As CECOM resides as the APG Senior Mission Commander, CECOM Headquarters has the responsibility to assist and support Organizations on APG. Description of Services: The Contractor shall provide and maintain; all management, supervision, labor, training, equipment, materials, tools, supplies, facilities, transportation, travel, licenses, permits, certificates, certifications, insurance, pre-employment screenings, reports, files and non-personal services necessary to perform the functions as defined in this Performance Work Statement (PWS) except for those items specified as Government Furnished Equipment (GFE). The Contractor shall perform to the standards in this contract. All solutions and services shall be performed in accordance with all Department of Defense (DoD) and Army policies, regulations, standards and procedures. This acquisition is for services under functional area 1 requirements: Functional Area 1 consists of Command, Control, Communication, Computers and Information Management (C4IM) enhanced service delivery and support requirements. Enhanced service requirements extend beyond the installation Network Enterprise Center (NEC) provided C4IM baseline standards for automation, communications systems & systems support, and information assurance (IA) services. Enhanced C4IM automated data processing support services shall be provided in compliance with Army C4/IT guidance and installation NEC policies and procedures. Individual task orders will define enhanced ADP support services requirements and performance standards. Services may be provided on NIPR and SIPR Networks. For more specific information regarding this solicitation please refer to the following attachments: solicitation SF 1449, J.1 Sample Task Order - PERFORMANCE WORK STATEMENT (PWS) for Functional Area 1: Enhanced Automated Data Processing Support and J.2 Past Performance Risk Assessment Questionnaire and Cover letter. For questions concerning this solicitation, contact Rex M. Valdez, Contracting Officer, via email at rex.m.valdez2.civ@mail.mil and copy David Humfleet, Contract Specialist, at david.a.humfleet.civ@mail.mil. All questions must be received by 16 October 2018 at 11:00 A.M. Eastern Time. PROPOSAL SUBMISSION Proposals are due on or before 6 November 2018 by 11:00 a.m. EST. All offerors' proposals shall be submitted hard-copy in binders as well as electronically on compact disks (CD). Proposals shall be mailed to the following address: US Army Contracting Command- Aberdeen Proving Ground, Tenant Contracting Division ATTN: Rex M, Valdez, C2-101 Pod 12 6565 Surveillance Loop, 2nd Flr. Aberdeen Proving Ground, MD 21005 For Specific information regarding proposal submission, please refer to Section A & L of the attached solicitation. The offeror must be registered in the System for Award Management (SAM) database at www.sam.gov prior to award. Contractors shall not contact any other Government personnel regarding this notice other than the individual designated above. Contacting any Government personnel other than the individual designated above may result in an organizational conflict of interest (OCI) and may result in a contractor being excluded from the competition and consideration for award. Telephone inquiries are NOT permitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2dd407405e7fc7dfe73bb7e10f02024e)
 
Place of Performance
Address: CONUS, United States
 
Record
SN05117004-W 20181007/181005230332-2dd407405e7fc7dfe73bb7e10f02024e (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.