SOLICITATION NOTICE
U -- Services in support of the US Army Combined Arms Center and Fort Leavenworth (USACACFL) mission to develop and produce training strategies, doctrine, concepts, instruction and products for the current and future force
- Notice Date
- 12/3/2009
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Fort Eustis Contracting Center, Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- DABJ01-09-R-0031
- Response Due
- 1/29/2010
- Archive Date
- 3/30/2010
- Point of Contact
- Barbara Blair, 757-878-3166
- E-Mail Address
-
Fort Eustis Contracting Center
(barbara.w.blair@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command Center-Fort Eustis (MICC C-EU) is issuing a solicitation to result in a contract for services in support of the US Army Combined Arms Center and Fort Leavenworth (USACACFL) mission to develop and produce training strategies, doctrine, concepts, instruction and products for the current and future force. MICC C-EU anticipates award of eight Firm Fixed Price IDIQ contracts under 2 distinct suites. Four contracts to be awarded on an Unrestricted/Full and Open basis and four contracts awarded under a Small Business Set-Aside. The NAICS Code is 541690 (Other Scientific and Technical Consulting Services) with a size standard of $7.0 million. The contract will be structured for maximum flexibility in providing for an expedited ordering process in order to satisfy the needs of USACACFL and customers throughout the Training and Doctrine Command, U.S. Army and Department of Defense (DoD) for long-range training concepts and strategies, doctrine, training development and support products. The work is to be performed at the contractors facility, Fort Leavenworth, and other locations as delineated on individual TOs, with TDY to various other CONUS and OCONUS sites. The contractor shall furnish all facilities, materials, supplies, services, vehicles, temporary work places and equipment necessary to perform work required under the PWS. The resultant contracts will support the following functional areas: Doctrine Development; IT Support; Organization Development; Exercise Support; Training and Training Development; Data Collection and Analysis; Combat Development; Studies and Analysis; Materiel Development; Military Research; Leader Development; Knowledge Management; Personnel Development; Mapping and Terrain Analysis; Simulation Development; Publication Development; Software Development; Strategic Communications. The contractor shall provide managerial, supervisory, technical, administrative, clerical and direct labor personnel to accomplish all work described in the PWS for the Base Contract and resulting Task Orders. The contractor shall maintain a current listing of employees. The list shall include the employee name and contact information. The list shall be provided to the Government as required. All contractor employees, prior to commencing any work under the PWS, shall have received all training required for the effective performance of the functions they will The contractor shall not employ any person who is an employee of the U.S. Government if employing that person would create a conflict of interest as established in DoD 5500.7-R, Joint Ethics Regulation (JER). The contractor shall perform the services described in the PWS and individual TO during normal working hours and for emergency or special situations as directed. The current hours of operation are 7:30 AM to 4:00 PM, Monday to Friday, excluding Federal holidays. The contract will be a Non-personal Services Contract as defined in FAR Part 37.101. The resulting contracts will be for a 12-month Base period with and four (4) 12-month option periods (if exercised). Anticipated award is on or before May 2011. It is MICC C-EUs intend to provide the solicitation on the Army Single Face to Industry website on or about 21 December 2009 with a 40-day solicitation period. Closing date will be established in the solicitation but is estimated for 29 January 2010. All questions shall be submitted IN WRITING via e-mail to the MICC C-EU specialist (Barbara W. Blair) at Barbara.w.Blair@us.army.mil. Telephonic questions will not be entertained. All questions must be submitted prior to 18 January 2010. Questions submitted after that date will be answered but will not result in an extension of the solicitation period.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/298e564d052ce628ba65abdd57f7afa7)
- Place of Performance
- Address: Fort Eustis Contracting Center Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02015839-W 20091205/091203235113-298e564d052ce628ba65abdd57f7afa7 (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 |