Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2007 FBO #1955
SOLICITATION NOTICE

A -- Systems Engineering and Technical Assistance Contracts (SETAC) Synopsis for W9113M-07-R-0006

Notice Date
4/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M07R0006
 
Response Due
4/20/2007
 
Archive Date
6/19/2007
 
Point of Contact
Melissa D Mitchell, 256-955-3699
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(melissa.mitchell@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Space and Missile Defense Command/U.S. Army Forces Strategic Command (USASMDC/ARSTRAT) is the Armys premier integrator of space and missile defense capabilities and, as such, has been directed to deliver assigned Army capabilities acro ss the full spectrum of warfare from concept to warfighter. In support of air, space, and missile defense, the USASMDC/ARSTRAT executes a requirement to fulfill advisory and assistance services under the Systems Engineering and Technical Assistance Contr acts (SETAC) program. The contractor will be expected to provide non-personal services for systems engineering and technical assistance in support of the Mission and Function Statements for the USASMDC/ARSTRAT and Other Government Agencies related to air, space, and/or missile defense. This support is both broad ranging and ever changing. The SETAC scope of work (SOW) is anticipated to have ten (10) functional areas: (1) Requirements Definition, Integration, and Planning; (2) Technology Development, Sys tem Development, Assessment, and Validation; (3) Threat Estimation/Projections; (4) Weapons Lethality and Effects Estimation; (5) Modeling, Simulation and Interfacing; (6) Program/Project Analysis, Evaluation, Experimentation, and Support; (7) Production a nd Fielding Support; (8) Homeland Defense and Homeland Security; (9) Warfighter Support; and 10) Chemical, Biological, Radiological, and Nuclear. The anticipated competition will allow for seven Awards: 2 Reserved for Woman-Owned Small Business; 1 Reserved for Service Disabled Veteran-Owned Small Business; 1 Reserved for 8(a) Business; 2 Reserved for Small Business; and 1 Full and Open without Reser vation. The government reserves the right to adjust the reservations based on the outcome of the Sources Sought Validation. This acquisition will result in multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts with identical SOWs and numbers of Direct Productive Person-Hours (DPPHs). The contracts will consist of fixed-price labor categories and cost reimbur sable travel and materials line items. The period of performance for the resultant acquisition will be a five (5)-year Basic contract and there will be an option provision for the possibility of five (5) one-year extensions to the basic period of performance. The Government is planning to incl ude five (5) one-year options in the event that the statutory language preventing advisory and assistance services (A&AS) contracts from exceeding five years is revised within the basic contract period of performance. It is anticipated that the requirement s will be executed via task orders issued, based on actual customer requirements. The resultant contract will contain an organizational conflict of interest (OCI) clause that could limit a successful proposer from participating in any other SMDC contract. To the greatest extent possible, while still protecting the Governments interests , the OCI clause will be applied only for the supported technology areas of the contractors actual performance. The NAICS code for this acquisition is 541710/1000 employees. This acquisition will not be open to participation by foreign firms at either the prime or subcontract level. The expected release date of the Request for Proposal (RFP) is on or about 20 Apri l 2007. The RFP and any other documents/information will be posted and updated on the USASMDC SETAC07 website http://www.smdc.army.mil/Contracts/SETAC07.html. NO PAPER COPIES OF THE RFP WILL BE PROVIDED NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION AS THE RFP WILL BE POSTED ON THE ABOVE WEBSITE ADDRESS. Questions or correspondence should be directed to Ms. Melissa Mitchell, Contracting Officer, via email melissa.mitchell@smdc.army.mil or via fax (256) 955-4240. All correspondence should reference SETAC07. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M07R0006/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN01264779-F 20070404/070402225353 (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.