Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2009 FBO #2848
SOLICITATION NOTICE

D -- This task order includes the systems engineering, program management, source and compiled code development and system integration for the Asymmetric Threat Response and Analysis Program (ATRAP) III. - Package #1

Notice Date
9/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acqusition Operations Division (9QZ), 450 Goldne Gate Ave, 4th Floor West, San Francisco, California, 94102-3404, United States
 
ZIP Code
94102-3404
 
Solicitation Number
9Q9SDAIS903
 
Point of Contact
Lucile Rios, Phone: 8585372219, Chris Matthews, Phone: (415) 522-4522
 
E-Mail Address
lucile.rios@gsa.gov, chris.matthews@gsa.gov
(lucile.rios@gsa.gov, chris.matthews@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Wage Decision Determination Attachment E Past Performance Questionnaire Performance Based Statement of Work (PBSOW) Request for Quote letter This is a combined synopsis/solicitation for commercial items prepared by the General Services Administration, Federal Acquisition Service on behalf of Intelligence Battle Laboratory (IBL), Fort Huachuca, AZ under solicitation no. 9Q9SDAIS903 in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5. The Asymmetric Threat Response and Analysis Program (ATRAP) is a pioneering computerized military decision aid that will deliver a "cognitive amplifier" for analysts to accelerate intelligence production. ATRAP III will build on previous versions of ATRAP with robust maturation of its suite of software tools and the unique predictive model that develops, refines, identifies, and visualizes potential enemy courses of action (ECOA) within a Contemporary Operating Environment. ATRAP will include innovative and advanced search, graphic, modeling, and analytic applications to assist in determining, refining, and displaying ECOA along with their corresponding indicators. Moreover, ATRAP III will be optimized for near real-time data processing and data access in a networked environment, yet still deliver its functionality while running in a disconnected mode. Using the ATRAP tool suite, commanders and staffs will be able to explore and predict potential ECOA within the operational environment and, in turn, use ATRAP output to develop, refine, and confirm friendly courses of action. Offers are being requested, and this announcement constitutes the only solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 effective on August 11, 2009. This is an unrestrictive procurement under NAICS 541511 Custom Computer Programming Services with a $25 million size standard or any other related NAICS. NOTE: Section 508 applies to this requirement. All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://accessboard.gov/sec508/508standards.htm – Part 1194. Contractors are now responsible for indicating on each line item in the procurement whether products or services are compliant or noncompliant with the accessibility standards at 36 CFR 1194. The proposal must also indicate where full details of compliance can be found (e.g., vendor’s website or other exact location). In accordance with Title 29, of the Code of Federal Regulations, Labor Standards for Federal Service Contracts, the Service Contract Act (SCA) applies to this contract. The Contractor is put on notice that regardless of the rate proposed for billing purposes and payment purposes, the Contractor is required by the Department of Labor during contract performance to pay non-exempt employees at least the applicable wage determination rate for the specific area(s), if a specific wage determination(s) exist. If none exists, the Contractor must pay the non-exempt employees at least the salary portion of the applicable rate dictated by the DOL. In addition, the Contractor will be held to the legal guidelines set by the SCA regarding fringe benefits, safe and sanitary working conditions, and notification to employees of minimum compensation allowed, and equivalent federal employee classification wage rates. Wage Determination no. 2005-2025, revision no. 9 dated July 22, 2009 covering Cochise, Graham, Greenlee, Pima, and Santa Cruz is attached. Requirements: Provide services in accordance with the attached Performance Based Statement of Work (PBSOW) on a Firm Fixed Price Contract. Offers submitted in response to this solicitation must comply with the attached Request for Quotation (RFQ) Instruction Letter. Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) is hereby incorporated by reference. This RFQ is for Open Market Pricing. Offerors are hereby reminded to complete their annual representations and certificates electronically at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications--Commercial Items (AUG 2009) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (March 2009), is hereby incorporated by reference. Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (AUG 2009), is hereby incorporated by reference with applicable paragraphs applicable to this solicitation and any resultant contract. GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (July 2003) and GSAM 552.212.72 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to GSA Acquisition of Commercial Items (Sep 2003). Type of Contract: A firm fixed price contract will be awarded. The potential awardee is required to register in IT Solutions Shop at http://it-solutions.gsa.gov for post-award processing. Responses and inquiries will only be accepted electronically via email at lucile.rios@gsa.gov. All offers must be received by 1:00 Pacific Time on Monday, September 21, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3d4213590ef671f4ea1d9046fbf6f93b)
 
Place of Performance
Address: Intelligence Battle Laboratory (IBL), Ft. Huachuca, AZ, Ft. Huachuca, Arizona, 85613, United States
Zip Code: 85613
 
Record
SN01947004-W 20090911/090910000708-3d4213590ef671f4ea1d9046fbf6f93b (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.