MODIFICATION
D -- Single Award Task Order Contract (SATOC) for Army Facilities Components System Automation
- Notice Date
- 7/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY12R0017
- Response Due
- 2/27/2012
- Archive Date
- 8/20/2012
- Point of Contact
- John C. Kirkwood, Phone: 256-895-1793
- E-Mail Address
-
john.c.kirkwood@usace.army.mil
(john.c.kirkwood@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Single Award Task Order IDIQ Contract (SATOC) for Army Facilities Components System (AFCS) Automation, Operations and Maintenance (O&M) and Technology Development Support Services. This acquisition is being offered as a set aside for 8(a) business concerns. The objective of this contract is to provide worldwide services in support of the operations and maintenance of the Army Facilities Components System (AFCS) and Theater Construction Management System (TCMS). Professional hiring of a Project manager, Senior Consultant, Consultant, Senior Network Engineer, Network Engineer, Senior Technical Writer, Technical Writer, Training Specialist, Quality Assurance Analyst and Software Tester. Specific task requirements may include developing, implementing, testing, enhancing, and maintaining the computer logic for the AFCS and TCMS automated systems; complex system analysis, design and development of the TCMS Integrated Engineering System (TIES), Bill of Material (BOM) system and Labor Equipment Estimating (LEE) system; providing resources that are experienced in the technical and functional aspects of AFCS/TCMS or similar systems; providing technical support on information security requirements; providing system administration duties; preparing technical reports, charts, and graphs; taking an active role in training course material development and instruction of specific AFCS/TCMS classroom training courses, online training courses, and briefings; and other related services. Task order awards will be firm fixed-price and Labor Hour Task Orders. Contract award is anticipated in the December 2012 timeframe with a one (1) year base award and four (4) option years for a total of five (5) years. The capacity of the SATOC IDIQ is $9M. Prior Government contract experience is not required for submitting a proposal under the planned solicitation. However, the offeror must be cognizant that execution of all the above services must be in compliance with all Federal, State and local laws, ordinances, codes, and regulations. All responsible sources interested in this acquisition are encouraged to register with the federal business opportunities website as an interested vendor. You are also encouraged to register on the federal business opportunities website (www.fbo.gov) to receive notification with regard to any updates posted for this acquisition. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov prior to submission of their proposals. The solicitation will be posted to FedBizOpps at www.fbo.gov, and is available to contractors without charge. Contractors can search for the solicitation by solicitation number, W912DY-12-R-0017. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors and their importance for this SATOC are listed below: FACTOR 1 Personnel Qualifications and Experience, FACTOR 2 Past Performance, FACTOR 3 Technical Approach and Organizational Management, and FACTOR 4 Price Related Information. Relative importance for each factor is as follow: Factor 1 is the most important factor, Factor 2 is slightly less important than Factor 1; Factor 3 is slightly less important than factor 2 and Factor 4 is slightly less important than Factor 3. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. This solicitation will be issued in electronic format only. The Proposal Due Date is August 17, 2012 and will be stated in the solicitation. Point Of Contact: US Army Corps of Engineers, Huntsville John C. Kirkwood john.c.kirkwood@usace.army.mil (256) 895-1793
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY12R0017/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02803208-W 20120715/120714000023-71b9e389b4543e8a8a18f98cf7ccb690 (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 |