Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOLICITATION NOTICE

D -- Analytical Systems Support

Notice Date
7/15/2010
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Missile and Space Intelligence Center, Building 4545, Fowler Road, Redstone Arsenal, Alabama, 35898-5500
 
ZIP Code
35898-5500
 
Solicitation Number
HHM402-10-R-0219
 
Archive Date
7/31/2010
 
Point of Contact
J B Worley, III, Phone: 2563137610, Gary F Markham, Phone: 256-313-7621
 
E-Mail Address
d116786@msic.dia.mil, markham@msic.dia.mil
(d116786@msic.dia.mil, markham@msic.dia.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Virginia Contracting Activity (VCA), on behalf of the Defense Intelligence Agency/Missile and Space Intelligence Center (DIA/MSIC), has a requirement for contractor support services to provide computer systems support, analytical tool development, data base support, electronic publishing, modeling and simulation, computer aided missile design, signals laboratory support and modification, digital signal processing, digital image processing, and software and hardware maintenance. Additionally, this requirement will provide MSIC with analytical tools for the computer assisted analysis of foreign ground-based air defense missiles, ballistic missiles, antiballistic missiles, antitank guided missiles, anti-satellite and directed energy weapons as well as their associated Command, Control, Communications, and Computer (C4) systems. The Government intends to issue two separate Requests for Proposals (RFP) and make two separate awards for services under the Analytical Systems Support effort. The two separate solicitations are discussed below. The first requirement is entitled " Analytical Systems Support: Computer Systems Operations & Database Management (CSO & DM) - Requirement A." Selection for award shall be made to the offeror who meets the requirements and offers the best value to the Government based upon evaluation of proposals in the areas of technical capability, cost, management, and past performance. The Government anticipates issuing a single IDIQ type contract, where each order may be issued as Cost-Plus-Fixed-Fee Completion or Level of Effort based on each individual task requirement, and whereby funds are obligated by issuance of individual delivery orders. The second requirement is entitled " Analytical Systems Support: High Performance Computer System (HPCS) Operations and Maintenance - Requirement B." Selection for award shall be made to the offeror whose proposal is technically acceptable, lowest cost. The Government anticipates issuing a single Firm Fixed Price type contract. A site visit is anticipated and will be scheduled no later than 15 days after release of the solicitation. Notice: if interested in the site visit, offerors shall e-mail credentials and names of personnel attending to the point of contact (POC) listed in the solicitation in the paragraph entitled "Arrangements for Site Visit." Each visitor must have a minimum SECRET clearance to attend the site visit. Virginia Contracting Activity will issue two (2) Requests for Proposals (RFP) for these requirements on or about 30 July 2010. No other notice shall be issued other than this one. The RFPs and all attachments, modifications, questions and answers will be available at http://www.msic.dia.mil/contracts/contracts.html. Both Statements of Work (SOW) are unclassified. Competition for both efforts shall be small business set aside under NAICS code 541712. The Government reserves the right to make award under either requirement without discussions. The period of performance for both contracts shall be a two-year base period plus three (3), one-year options that may be exercised at the Government's discretion. Offerors must also be registered in the Central Contractor Registration (CCR) database to conduct business with this Government organization. Place of performance shall be at the Missile and Space Intelligence Center, Building 4545 Fowler Road, Redstone Arsenal, AL 35898-5500. While the Statements of Work for both efforts are not classified, a TOP SECRET facility Clearance is required and personnel physically working in the MSIC facilities must have a TS/SCI Clearance. Questions may be addressed to the points of contact contained in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50A/HHM402-10-R-0219/listing.html)
 
Place of Performance
Address: Missile and Space Intelligence Center, Building 4545 Fowler Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN02206715-W 20100717/100715234933-98fb7ad32736fcb2b14576175abc4198 (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.