Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2010 FBO #3163
MODIFICATION

R -- Irregular Warfare Consolidated Support

Notice Date
7/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-10-R-0010
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
William T. Bickley, 434-980-7596
 
E-Mail Address
National Ground Intelligence Center
(william.t.bickley@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
IWCS This posting addresses a number of questions that have been submitted in response to the posting of the draft Performance Work Statement. 1. It is anticipated that the request for proposal for Irregular Warfare Consolidated Support will be released 23 July 2010. Contract award of this requirement is projected for 16 September 2010. 2. The majority of work supporting this effort will be CONUS at NGIC and up to two (2) analysts in theater [OEF] for 24 hours/7 days a week, as required (reference draft PWS paragraph 3.1, Task 1). 3. The individuals that will be deploying will be required to process through the CONUS Replacement Center (https://www.benning.army.mil/crc/) as part of their preparation and readiness. 4. It is estimated that deployment to support this effort would begin in January or February 2011. 5. As a Performance Work Statement, the number of personnel proposed for each task order shall be based on the contractor's overall solution to achieve the government's required outcome. However, the IDIQ contract type allows the Government to issue a task order for a requirement at the time it becomes known -- based on the availability of funds. 6. This will be a single award. 7. This is a total small business set-aside. The Government's Independent Cost Estimate and Not to Exceed (NTE) value will not be disclosed. The minimum and maximum values for the Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract are established in clause 52.216-19 'Order Limitations' in Section I of the solicitation. 8. The Federal Acquisition Regulation clause 52.219-14 -- Limitations on Subcontracting will apply to this contract. [Since this will be a contract for services, the following applies: (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.] 9. There will not be an industry day for this effort. 10. The evaluation criteria will be addressed in the request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-10-R-0010/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN02213756-W 20100723/100721235902-3bf73cd6485ec8a8db91c94bc3a94267 (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.