SOLICITATION NOTICE
99 -- National MASINT Office Enterprise Services Support (NESS) - RFP #HHM402-11-R-0035
- Notice Date
- 1/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-11-R-0035
- Archive Date
- 3/10/2011
- Point of Contact
- Quentin T. McCoy, Phone: 703-907-1696, Karen Mumford, Phone: 703-907-0730
- E-Mail Address
-
quentin.mccoy@dia.mil, susan.mumford@dia.mil
(quentin.mccoy@dia.mil, susan.mumford@dia.mil)
- Small Business Set-Aside
- N/A
- Description
- DD254 SECTION L - ATTACHMENT L-3 PRICING SPREADSHEET SECTION L - ATTACHMENT L-2 PAST PERFORMANCE QUESTIONIARE SECTION L - ATTACHMENT L-1 LETTER OF INTENT SECTION M - EVALUATION FACTORS FOR AWARD SECTION L PROPOSAL PREPARATION-SUBMISSION INSTRUCTIONS RFP #HHM402-11-R-0035 The Defense Intelligence Agency has a full and open competitive requirement to acquire support for the National Measurement and Signature Intelligence (MASINT) Office (NMO) management and execution of the roles and responsibilities outlined for the MASINT functional Manager under Intelligence Community Directive (ICD) 113, providing Community services, and support to other MASINT mission areas. The Government intends to award approximately four (4) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to large and small businesses. The IDIQ contract awards will be awarded to the responsible offerors whose offer conforms to the solicitation and are considered most advantageous to the Government. Per FAR 52.212-2, the Government reserves the right to make award without discussions. Any resultant contract will be for one year with four (4) optional periods that, if exercised, will be exercised via a contract modification. The option periods may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to the availability of funds and/or satisfaction of the contractor's performance under the subject contract. All prospective offers must have a Commercial And Government Entity (CAGE) code, and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Applications (ORCA) at http://orca.bnp.gov. Those vendors interested in this acquisition must have an existing, valid facility clearance as identified in the DD-254. Interested vendors shall certify that they have the required Facility Clearance and provide the Section L Attachment L-1 - Proposal Intent Response Sheet by 12:00 PM noon EST on Wednesday, 02 February 2011. All questions and comments shall be submitted via e-mail to quentin.mccoy@dia.mil and susan.mumford@dia.mil on or before 12:00 PM noon EST on Wednesday, 02 February 2011. Proposal submissions are due on or before 12:00 PM EST on Wednesday, 23 February 2011. (See Section L for delivery requirements)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-11-R-0035/listing.html)
- Place of Performance
- Address: Various locations throughout the US, United States
- Record
- SN02364188-W 20110123/110121233856-0cce8a9fe3f7db37423ad45f050e0860 (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 |