Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
SOLICITATION NOTICE

99 -- Pre-Sol Notice Installation Protection Prgm

Notice Date
5/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Joint Project Manager Guardian, Joint Project Manager Guardian, 5109 Leesburg Pike Skyline Six, Suite 401B, Falls Church, VA, 22041, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
W9113M-07-R-0003
 
Description
This acquisition is for Installation Protection Program (IPP) Prime Contractor for the Joint Project Office Guardian, Falls Church, VA, and Other Government Agencies related to Joint Program Executive Office (JPEO), Chemical and Biological Defense. The selected contractor shall provide anti-terrorism (AT) capabilities against potential weapons of mass destruction (WMD) events at approximately 39 CONUS installations and 31 OCONUS installations. The IPP is envisioned to encompass an integrated and tiered family of chemical, biological and radiological systems that includes detection, identification, warning, information management, decision support, incident management, medical surveillance, individual and collective protection, and emergency response capabilities. The Baseline Tier consists of non-material solutions to include training materials, military and civilian Concept of Operations (CONOPS) and Mutual Aid Agreement (MAA) templates, and exercise plans and scenarios. Tier 1 consists of the Baseline Tier and adds material solutions to include chemical, biological, radiological, and nuclear (CBRN) portable and handheld detection, mass casualty response capability, individual protective equipment, incident management systems, and first responder pharmaceuticals. Tier 2 consists of the Baseline Tier and Tier 1 capabilities, and adds collective protection, decision support systems, and fixed chemical and biological sensors. This approach is flexible enough to accommodate the needs of specific installations, while standardizing major system elements to provide cost effective solutions. The selected contractor shall be postured to execute simultaneous CONUS and OCONUS program requirements. The program will provide a common suite of equipment that will be tailored for each installation utilizing both commercial sources and Government Furnished Equipment (GFE). The goal and mission of the IPP is to protect critical missions ensuring uninterrupted operations during a CBRN event, protect mission essential personnel, and support the rapid restoration of critical operations if impacted by the event. The effort encompasses conduct of all analysis, system engineering and design, fielding, assembly, testing, installation qualification, new equipment training, documentation, planning, and management required to support this effort. It also includes all materials, software, and services necessary to ensure the successful performance of the responsibilities entailed in executing this program. During program execution the selected contractor shall be responsible for the following major efforts: installation survey and design system fielding; installment and qualification testing development of all required training materials, to include operator and maintenance training, web-based training table top exercises (TTX), and field exercises; full installation exercises support of developmental testing technical documentation, logistics support planning, long term storage, accountability of COTS/GOTS equipment for execution, and sustainment to include inventory management. The Government anticipates the award of one (1) award under full and open competition. The award will be an Indefinite Delivery/Indefinite Quantity Contract. The Government will issue the selected contractor Task Orders accommodating both Firm Fixed Price and Time and Materials efforts. This award will be issued for a base year and four (4) one-year option periods. In order to be considered for award, offerors must have or be able to obtain a SECRET level facility security clearance. This acquisition will preclude foreign participation at the prime level only. All offerors will be required to formulate a Small Business Participation Plan. On or about 30 May 2007, the Government will release a 2nd Draft RFP. The Final RFP W9113M-07-R-0003 is scheduled to be released on or about 7 June 2007. On or about 10 days after Final RFP release the Government will schedule a Pre-proposal Conference. Proposals will be due on or about 15 July 2007, 5 PM EDT. The Solicitation, when released, will be available for downloading at the following websites: 1. Joint Program Executive Office for Chemical Biological Defense (JPEO-CBD) http://www.jpeocbd.osd.mil/ 2. Communications ? Electronics Life Cycle Management Command (C-E LCMC) Interactive Business Opportunities Page (IBOP) https://abop.monmouth.army.mil/ 3. SMDC/ARSTRAT, Huntsville http://www.smdc.army.mil/Contracts/Contracts.html The C-E LCMC IBOP website will have the IPP RFP posted under the Army Pre-Award section. All vendors will be required to register with C-E LCMC IBOP in order to post their IPP RFP offer for this solicitation. This is the only means of accepting proposals for this solicitation. It is recommended that all vendors register now under the Support Services section. Additional vendor information is posted under the Support Services section for FAQ for Vendors. No other method of submission, either hard or soft, will be accepted nor considered. NO PAPER COPIES OF THE DraftRFP OR RFP WILL BE PROVIDED, NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION. In February 2007, the Government sponsored an Industry Day. All briefing information, to include questions and answers are available for review on the Guardian website. The Government released a draft solicitation for industry comments in March 2006 Industry questions and Government responses are posted to the Guardian website. JPEOCBD Website Listing at http://www.jpeocbd.osd.mil/page_manager.asp?pg=3)
 
Place of Performance
Address: 5109 Leesburg Pike, Falls Church, VA
Zip Code: 22041
Country: UNITED STATES
 
Record
SN01301500-W 20070525/070523230025 (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.