SOLICITATION NOTICE
D -- Software Systems Engineering Services Next Generation (SSES NexGen) (formly Solicitation number W15P7T-11-R-S601)
- Notice Date
- 12/1/2011
- Notice Type
- Presolicitation
- 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
- W15P7T-12-R-C005
- Response Due
- 12/9/2011
- Archive Date
- 2/7/2012
- Point of Contact
- Heather Weaver, 443-861-4857
- E-Mail Address
-
ACC-APG (C4ISR)
(heather.a.weaver.civ@mail.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- The Government's intent is to issue a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Software and Systems Engineering Services Next Generation (SSES NexGen) with a total ceiling value of $7.0 Billion. Each of these awards will consist of a 2 years base period with one 2 year option period and one 1 year option period. Types of contracts will include: Cost Plus Fixed Fee (CPFF), Firm-Fixed Price (FFP) and Time and Materials (T&M). Cost Reimbursement (CR) CLINs/SLINs will be included for billing Travel and Materials. The Government intends to utilize Best Value Source Selection procedures in making these awards. The solicitation will be issued as a Partial Small Business Set-Aside in accordance with FAR 19.502-3. Draft solicitations were posted on 13 May 2011 and 23 September 2011 under Solicitation number W15P7T-11-R-S601. The CECOM Life Cycle Management Command (CECOM LCMC) Software Engineering Center (SEC) provides life cycle software solutions and services that enable warfighting superiority and information dominance across the enterprise. SEC provides systems, software engineering, and scientific support for a wide variety of Army and Department of Defense (DoD) customers including, most prominently, Army Program Executive Officers (PEOs) and their Project Managers (PMs), Headquarters Department of the Army (HQDA) and its components, and other Joint Service DoD elements. The ultimate customer and consumer of SEC products and services is the Warfighter in the field. The Performance Work Statement (PWS) describes the services and support outcomes that the SEC will provide to these and to other customers. The resulting contracts shall provide personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to satisfy the requirements as defined in this PWS. The Awardee(s) shall perform to the standards in this contract and follow-on Task Orders. The contractor(s) working to satisfy the requirements of this PWS will provide engineering and technical services to the CECOM LCMC SEC and its components. This requirement will result in contract awards under a Small Business Set-Aside (SBSA) (Restricted) Suite and under a Non-Set-Aside (Unrestricted) Suite using one Solicitation. Efforts estimated at $4 Million and less will be awarded under the Restricted Suite. Efforts estimated above the $4 Million threshold will be awarded under the Unrestricted Suite. The North American Industry Classification System (NAICS) Code for this requirement is 541511. In order to be determined a small business concern under NAICS 541511, a business must not have more than an average of $25 million in annual receipts as defined in 13 C.F.R 121.104. The Government's targets are 10 awards for the Unrestricted Suite and 5 awards for the Restricted Suite. NOTE: A small business may receive an award as a prime contractor under the Restricted Suite, the Unrestricted Suite or under both Suites. If a small business is awarded a contract under the Restricted Suite only, then they may only compete for awards under this Suite, estimated at $4M and less. If a small business receives an award under both Suites, then the rules cited for the particular Suite will apply. A large business may receive an award under the Unrestricted Suite only. The Government anticipates releasing a solicitation on 16 December 2011. The anticipated award date of the resulting contract is 17 May 2012. This synopsis is provided for informational purposes and is not to be considered a request for proposal. However, all responsible sources may submit a proposal, which shall be considered by the agency when the final RFP is posted. Solicitation Number W15P7T-12-R-C005 is assigned for reference purposes. The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG) has established the Federal Business Opportunities (FEDBIZOPPS) website as part of the Army's Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFP) from Industry. All parties interested in doing business with The United States Army Contracting Command, are invited to access, operate, send and receive information from the FEDBIZOPPS at https://www.fbo.gov/. Questions and or concerns regarding this synopsis shall be directed to Ms. Heather Weaver, Contract Specialist, via email heather.a.weaver.civ@mail.mil. The Contracting Officer for this acquisition is Ms. Kathleen Hageman, via email Kathleen.m.hageman.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/17ddec6ae37feb69704b1a52e22eeb26)
- Place of Performance
- Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Record
- SN02631692-W 20111203/111201234706-17ddec6ae37feb69704b1a52e22eeb26 (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 |