Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2005 FBO #1284
SOLICITATION NOTICE

A -- Digital Topographic Support System-Light (DTSS-L)

Notice Date
5/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Vicksburg Consolidated Contracts Office, Alexandria, 7701 Telegraph Rd, Alexandria, VA 22315-3864
 
ZIP Code
22315-3864
 
Solicitation Number
W9132V-05-R-0009
 
Response Due
7/12/2005
 
Archive Date
9/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Army Corps of Engineers has a requirement for the procurement of the Digital Topographic Support System  Light (DTSS-L) in estimated quantities as reflected below. The procurement will be awarded as a 100% Small Business Set-Aside and will be a Firm Fixed Price Requirements type Contract. This type contract provides for filling all actual purchase requirements of designated Government activities for supplies or services during a specified contract period, with deliveries or performance to be sche duled by placing orders with the contractor. NAICS code is 541710. The DTSS-L consists of image editing/processing hardware and software, terrain analysis software, communications equipment, plotting and scanning devices, an environmentally controlled she lter, a transporter, and power generation equipment. The DTSS-L will be capable of performing numerous terrain analysis functions and the generation/execution of various terrain models. The environmentally controlled shelter is an Army designed LMS IAW MIL PRF-44408 mounted on an HMMWV-ECV. The Army intends (based on available funding and current Army planning) on possibly procuring up to a total of 120 units of the DTSS-L under the proposed contract vehicle. The Government anticipates ordering a minimum o f 8 systems and a maximum of 120 systems during the life of the resultant contract. The estimates provided in the solicitation are not a representation to the offeror that the estimated quantity will be required or ordered, or that conditions affecting t his requirement will be stable or normal. The award of the contract shall be based upon a Best value analysis and evaluation. Evaluation factors will include past performance, management, technical approach, resources, and cost to be set forth further in the solicitation. The contractor will be responsible for manufacturing, contractor equipment testing, Government First Article test support; logistics demo support and TM validation/verification, maintaining Level 2 drawings, data, to include technical ma nuals and equipment training. The design will be controlled by a Purchase Description and Statement of Work. THIS ACTION IS A 100% SMALL BUSINESS SET-A SIDE. The anticipated solicitation release date will be on or about 13 June 2005. The anticipated contr act start date is 15 August 2005. The Request for Proposals (RFP) will be released via the USACE VICKSBURG DISTRICT Homepage at http://www.mvk.usace.army.mil/contract and can be located by clicking on Advertised Solicitations. It is the offerors responsibi lity to check the web site periodically for any amendments to this solicitation. Point of Contact is Ms. Elvie Thompson at 703-428-3771 or email Thompson.a.elvie@usace.army.mil. No technical questions will be considered prior to release of solicitation.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Alexandria 7701 Telegraph Rd, Alexandria VA
Zip Code: 22315-3864
Country: US
 
Record
SN00818528-W 20050602/050531212126 (fbodaily.com)
 
Source
FedBizOpps.gov 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.