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
- 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 |