Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2012 FBO #4054
SPECIAL NOTICE

R -- Acquisition Support Services for the Program Executive Office Command, Control and Communications Tactical (PEO C3T)

Notice Date
12/28/2012
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T13R5004
 
Archive Date
12/28/2013
 
Point of Contact
Sharon Ann Peterson, 443-861-4982
 
E-Mail Address
ACC-APG - Aberdeen Division B
(sharon.a.peterson15.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Contracting Command - Aberdeen Proving Ground intends to award a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Acquisition Support Services for the Program Executive Office Command, Control and Communications Tactical (PEO C3T). In accordance with FAR Subpart 6.2, this procurement will utilize full and open competition after exclusion of sources. Specifically, this procurement will be 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns in accordance with FAR 6.206, which allows Contracting Officers to set-aside solicitations to fulfill the statutory requirements relating to the Veterans Benefits Act of 2003 (15 U.S.C. 657f). The associated NAICS code is 541611 for Administrative Management and General Management Consulting Services and the size standard is $14.0 Million. Only proposals submitted by qualified SDVOSB concerns will be accepted by the Government. Any proposal submitted by a contractor that is not a SDVOSB concern will not be considered for award. The total estimated contract amount of this effort is $9.5 million. The anticipated contract award date is 15 April 2013. The Acquisition Support Services to be obtained under the IDIQ contract includes the following: contractor personnel shall 1) process, draft, modify and update documentation needed to accomplish day-to-day activities; 2) perform administrative actions related to the particular document such as staffing actions, updates, processing and subsequent filing; and 3) shall support technical areas related to federal procurements. The ordering period for this IDIQ contract will be 36 months. Contract Type will vary by Task Order but may include Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF). Award will be based on the best overall (i.e. Best Value) proposal determined to be the most beneficial to the Government, with appropriate consideration given to the Evaluation Factors specified in the solicitation. This synopsis is provided for informational purposes only and is not to be considered a Request for Proposal (RFP). This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. A Draft Request for Proposal (RFP) is provided with this synopsis. Anticipated date of release date of the final Solicitation will be 11 January 2013. Potential SDVOSB offerors are requested to review the DRAFT Solicitation and all attachments. Please submit any questions or comments related to the DRAFT Solicitation on or before 08 January 2013 at 10:00 EST. All questions or comments shall be submitted via email to the Contract Specialist, Larry Carter at larry.w.carter.civ@mail.mil AND the Contracting Officer, Sharon Peterson at sharon.a.peterson15.civ@mail.mil. The successful SDVOSB receiving a contract under the set-aside MUST be capable of performing 50% of the complete contract per FAR Part 52.219-14 Limitations on Subcontracting. In order to be considered for award: Offerors must have a current profile at the System for Award Management (https://www.sam.gov) and be registered in the Army Single Face to Industry (ASFI) in order to submit proposals after release of the final solicitation. Proposed contractor personnel must possess and maintain a minimum of SECRET clearance access. Offerors will be required to provide evidence that it has an adequate accounting system as determined by the Defense Contract Audit Agency or the Defense Contract Management Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e4b90ff868c80a845c88eb8bce274b66)
 
Record
SN02956717-W 20121230/121228233905-e4b90ff868c80a845c88eb8bce274b66 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.