MODIFICATION
D -- Clarification Statement
- Notice Date
- 5/26/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T11RS601
- Response Due
- 6/30/2011
- Archive Date
- 8/29/2011
- Point of Contact
- Suma T. Legesse, 443-861-4803
- E-Mail Address
-
ACC-APG (C4ISR)
(suma.t.legesse.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Disclaimer: The Final Solicitation will take precedence over information in this posting and all draft documents. ALL Questions related to the SSES Acquisition must be directed to the Contracting Officer, Kathleen Hageman vie email at kathleen.m.hageman.civ@mail.mil. Clarifications 1. Source Selection Methodology. The SSES NexGen Acquisition will be conducted under Full and Open Competition and a Partial Small Business Set-Aside (SBSA) using the Best Value Process as set forth in Section M of the Draft RFP. 2. Type of Contract/Contract Awards. The Government intends to make up to four awards each under a Full & Open (Unrestricted) Suite and a Small Business Set-Aside (SBSA) Suite to those Offerors whose proposals represent the best value to the Government. The resulting SSES NexGen Contracts will be Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts under which the awardees will compete for Cost-Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Time and Materials (T&M) Task Orders. The period of performance is a three (3) year base period with two one ( 1) year option periods. The maximum cumulative value of these contracts is $7 billion. Offerors may propose under the Unrestricted Suite, the SBSA Suite (if qualified) or under both Suites. Future Task Order efforts estimated at $4M and less will be awarded under the SBSA Suite. Efforts estimated above the $4M threshold will be issued under the Unrestricted Suite. If a Small Business receives an award under the Unrestricted Suite only, then they may only compete for actions above the $4M threshold. 3. Subcontracting. The Government cannot limit the number of instances under which any single corporate entity can be a subcontractor. A Small Business can be a Prime Contractor under the SBSA Contract and a Subcontractor in multiple instances under the Full and Open Contract. 4. Small Business. As indicated, a Small Business can propose and win an award under either or both Suites. Therefore, a Small business can be a Prime Contractor under the Full and Open (Unrestricted) Suite and a Prime Contractor under the SBSA suite. Teaming Arrangements. Offerors shall ensure that any proposed Contractor Teaming Arrangements are in compliance with the requirements of the FAR, to include FAR subpart 9.6.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b7aecf6bce7ac1bdbc93da7cefcfb033)
- Place of Performance
- Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02458146-W 20110528/110526234952-b7aecf6bce7ac1bdbc93da7cefcfb033 (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 |