Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2009 FBO #2925
SOLICITATION NOTICE

D -- Decision Support System (DSS) - Offeror's Library & Industry Day Forms - Section L - Section L - Exhibits, Cost Model - DSS Model Contract - Section M - Final RFP - Sections A-K

Notice Date
11/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Integration and Operations (MDIOC), 730 Irwin Avenue, Building 730, Schriever AFB, Colorado, 80912, United States
 
ZIP Code
80912
 
Solicitation Number
H95001-09-R-0002-C
 
Archive Date
2/9/2010
 
Point of Contact
Danny G. Poskey, Phone: 719-721-0722, Maile Unten, Phone: 719-721-0724
 
E-Mail Address
danny.poskey@mda.mil, helena.unten@mda.mil
(danny.poskey@mda.mil, helena.unten@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Section J-15, Performance Work Statement (PWS) Section J, Exhibits A, B & C Cover Page Section J Exhibit C, DD1423 Completion Instructions Section J Exhibit B, CDRLs 20-23 Section J Exhibit A, CDRLs 17-19 Section J Exhibit A, CDRLs 13-16 Section J Exhibit A, CDRLs 9-12 Section J Exhibit A, CDRLs 5-8 Section J Exhibit A, CDRLs 1-4 Section J-8, Acronym and Definition List Section J-7, Government Furnished Property List Section J-6, Master Document List (MDL) Section J-5, Incentive Fee Plan (Reserved) Section J-4, Award Fee Plan (AFP) Section J-3, SCA Wage Determinations Section J-2, DD254 Section J-2, DD254 Cover Sheet Section J-1, Statement of Objectives (SOO) Section M - Evaluation Factors for Award DSS Model Contract Section L - Cost Model Instructions Section L - Exhibit Task Orders 5 Section L - Exhibit Task Orders 4 Section L - Exhibit Task Orders 3 Section L - Exhibit Task Orders 2 Section L - Exhibit Task Orders 1 Section L - Exhibit D, Subcontractor RFP Cost Data Input Section L - Exhibit B, Cost Data Input Section L - Exhibit A, Summary Cost Worksheet Section L-12, Sample Scenario Data Section L-13, Past Performance Reference List Section L-11, Quality Assurance Surveillance Plan (QASP) Section L-10, Task Order # 0001 Section L-5, OCI Disclosure Form Section L-3, Consent Letter (Past Performance) Section L-2, Past Performance Questionnaire Worksheets A & B Section L-2, Past Performance Questionnaire (PPQ) Cover Page Section L-1, Past Performance Information (PPI) Form Section L-1, Past Performance Information (PPI) Cover Letter Section L - Instructions, Conditions, and Notices to Offerors Industry Day (Pre-Proposal) Registration Form Final Offeror's Library Request Form NOTICE: The FY10 Department of Defense (DoD) appropriations bill has yet to be signed into law and the DoD is currently operating under Continuing Resolution Authority (CRA). MDA anticipates that FY10 funds will be available, after the appropriations bill has been signed into law and prior to contract award, for the execution of the Decision Support System (DSS) contract. Therefore, this solicitation is being released pursuant to FAR clause 52.232-18 – Availability of Funds. 52.232-18 Availability of Funds (Apr 1984) - Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) DESCRIPTION: This notice is to inform Industry of the release of the FINAL Request for Proposal (RFP) for the Decision Support System (DSS). Proposals in their entirety are due NO LATER THAN 25 JAN. 2010, 3:00 pm Mountain Time. (Note: Portions of the proposal are due No LATER THAN 6 JAN. 2010). Reference the Solicitation, Section L for detailed proposal delivery instructions. All solicitation documents are attached to this FedBizOpps notice. The DSS acquisition is a full and open competition subject to OCI resolution (see the OCI Considerations section below). The MDA intends to award a single Indefinite Delivery-Indefinite Quantity (IDIQ) contract for the development, implementation, and sustainment of a DSS to support integrated program management of the BMDS. Performance shall take place at the Contractor’s facility and multiple MDA locations to include the National Capital Region (NCR); Huntsville, AL (HSV); Dahlgren, Virginia (DHL), and the Missile Defense Integration and Operations Center (MDIOC), Schriever AFB, CO (COS). The NAICS code for this effort is 541512 - Computer Systems Design Services, which has a Small Business Size Standard of $25.00 M. This is NOT a Small Business Set Aside. For large businesses, the DSS contract will have a Small Business Subcontracting goal of 30%. Contract award is anticipated to be in the 2nd quarter of Fiscal Year 2010 (Jan. – Mar. 2010) with contract performance beginning on 1 Apr. 2010. OFFEROR’S LIBRARY: The FINAL Offeror’s Library is available at this time. Regulations, manuals, or other publications referenced in the RFP are not attached to this notice. Offerors must complete the attached DSS Final RFP Offeror’s Library Request Form to request a copy of the Offeror’s Library. The completed request form must be submitted by an e-mail titled ‘DSS Final Offerors Library Request’ to MDADSSLibrary@mda.mil. Documents will be packaged and dispatched in DVD format within three (3) business days of receipt of request. The Government will provide one copy per prime Offeror delivered to the mailing address provided. Company’s requesting a copy of the Offeror’s Library must agree to the handling and destruction requirements, as stated in the Final RFP Offerors Library Request Form, of BMDS FOUO information. Access to this information shall be limited to only U.S. Persons who have a need to know. No pick-up service or physical location is available to review the documents contained in the Offeror's Library. Please direct questions or comments to the Offeror's Library Coordinator at MDADSSLibrary@mda.mil. Note: The Industry Day #2, 23-25 Sep. 2009 Questions & Answers and Briefing Package are available in the Final Offeror’s Library and will not be posted separately to FedBizOpps. INDUSTRY DAY (PRE-PROPOSAL) Interested businesses are invited to participate in a final Government provided briefing and Question and Answer sessions on 7 January 2010; there will be no One-on-One sessions conducted. The purpose of this Industry Day is to ensure Industry has a thorough understanding of the DSS technical and proposal requirements prior to submission of proposals. Industry will have an opportunity to suggest briefing topics using the registration form. The Pre-Proposal Industry Day will be held at Von Braun II, Redstone Arsenal, Huntsville AL. Activities will begin at 0800 on 7 January 2010. Participation is limited to four (4) personnel per company. The Government will not compensate industry participants for travel, lodging or any other expenses associated with the Pre-Solicitation Industry Days. For DSS Pre-Proposal Industry Day registration, submit the attached Industry Day Registration Form to DSSIndustryDays@mda.mil with e-mail titled ‘DSS Pre-Proposal Industry Day. Registration must be submitted NO LATER THAN 1600 MST on 16 December 2009. Due to briefing locations and security requirements, REGISTRATION SUBMISSIONS RECEIVED AFTER 1600 MST ON 16 DECEMBER 2009 WILL NOT BE ACCEPTED. You will be registered and provided with a Visitor Package detailing the Visit Authorization Request (VAR) submittal information and the meeting location access instructions. Attendees must have at least a DoD Secret clearance. OCI CONSIDERATIONS: The acquisition of the Decision Support System services under the forthcoming solicitation may create actual or potential conflicts of interest (OCIs) for Offerors and their prospective subcontractors or other team members. In assessing and addressing conflicts of interest, MDA will follow the guidance in FAR Subpart 9.5. Offerors will be responsible for ensuring that they and their proposed subcontractors or other team members are not restricted from participating in the forthcoming Request for Proposal due to an OCI related to any MDA-funded contract or subcontract; Ballistic Missile Defense System (BMDS) development, fielding and sustainment related contracts or subcontracts; or other significant, non-BMDS related business relationships with firms doing business with or in support of the MDA. It is MDA’s policy that, consistent with GAO and court decisions, impaired objectivity (bias-type) OCI’s cannot be adequately mitigated through firewalls and/or separate corporate divisions. An impaired objectivity OCI is not mitigated if a contractor performs BMDS development, fielding or sustainment efforts and a firewalled affiliate and/or separate organizational component provides separate Decision Support System services. For purposes of this competition, therefore, MDA does not intend to award any contracts to any contractors, subcontractors, or other team members who also participate in a significant manner in the development, fielding or sustainment of the Ballistic Missile Defense System (BMDS). Also, MDA does not intend to grant OCI waivers of bias-type (i.e. biased ground rules and impaired objectivity) as part of this procurement process when it relates to significant participants in BMDS development, fielding, or sustainment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/WASHDC2/H95001-09-R-0002-C/listing.html)
 
Place of Performance
Address: National Capitol Region (NCR); Huntsville, Alabama (HSV); Colorado Springs, Colorado (COS); and Dahlgren, Virginia (DHL), as well as other potential MDA CONUS and OCONUS locations., Contracting Office Address:, MDIOC, 730 Irwin Avenue, ATTN: DACJ, CSF Room 105A, Schriever AFB, Colorado 80912-7300, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN02011761-W 20091127/091125235129-d6c383ec4b7e4642ddb49ab8dcfdfad7 (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.