Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2014 FBO #4544
SOLICITATION NOTICE

R -- JIEDDO J9 Operational Analysis and Assessment Division Deployed and On-site Analytic Support - HQ0682-14-R-0002

Notice Date
5/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, JOINT IMPROVISED EXPLOSIVE DEVICE DEFEAT ORGANIZATION, Joint IED Defeat Organization, 2450 Crystal Drive, Arlington, Virginia, 22202-3887, United States
 
ZIP Code
22202-3887
 
Solicitation Number
HQ0682-14-R-0002
 
Archive Date
6/17/2014
 
Point of Contact
Krista N. Argabright, Phone: 7036019018, Jaime C. Tudor, Phone: 7036019243
 
E-Mail Address
krista.argabright@jieddo.mil, Jaime.Tudor@jieddo.mil
(krista.argabright@jieddo.mil, Jaime.Tudor@jieddo.mil)
 
Small Business Set-Aside
N/A
 
Description
ATT 5_HQ068214P0002_CLINs_PWS_Terms and Conditions ATT 4_HQ068214P0002_Pricing Template ATT 3_HQ068214R0002_PP Questionnaire This is a combined synopsis and solicitation for JIEDDO J9 Operational Analysis and Assessment Division Deployed and On-site Analytic Support. All requirements for this effort shall be completed in accordance with the PWS. Item 1: see Attachment 5 This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and therefore proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP) HQ0682-14-R-002. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) and Online Representations and Certifications Applications (ORCA) http://www.sam.gov/. This procurement is being issued for full and open competition for North American Industrial Classification Standard (NAICS) 541690 and business size standard not to exceed $14 Million Dollars. The following provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-72 and Defense FAR Supplement Publication Notice (DPN) 20140428. See Attachment 5 If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. Eligible Contractors are requested to notify the Contract Specialist via email of their intent to propose immediately. Contractors wishing to bid on the JIEDDO J9 Operational Analysis and Assessment Division Deployed and On-site Analytic Support requirement are required to submit both a written technical quote and a price quote to Government officials for the purpose of assuring that the prospective JIEDDO J9 Operational Analysis and Assessment Division Deployed and On-site Analytic Support Contractor is fully cognizant of the scope of this contract and has the capability to complete all the Performance Work Statement (PWS) requirements (Attachment 5). Please limit your technical quote to 20 pages or fewer. Resumes, Contractor Capability, Past Performance (with references), Title Page and Table of Contents do not count towards the 20 page limit. The technical quote and price quote should be formatted on 8.5" by 11" paper Times New Roman, 11pt Font or Larger. Resumes should only be submitted for Key personnel. Organizational Experience and Staffing Plan count towards the 20-page limit. If you have questions regarding this requirement, please submit your questions via e-mail no later than Tuesday May 13, 2014, 1:00 pm Eastern Time to Ms. Krista Argabright ( krista.argabright@jieddo.mil ) and Mr. Jaime Tudor ( jaime.tudor@jieddo.mil ). Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective contractors. SUBMISSION REQUIREMENTS Contractors are required to submit four (4) documents via electronic email procedures (see later instruction); two (2) copies of the first three (3) must come directly from the contractor with the last one (1) must be sent to the government directly from the person filling it out. For the first three (3) documents, at least one (1) copy SHALL NOT contain water marks or any other markings other than those found on standard corporate letterhead which will be redacted for source selection purposes. All pages shall be labeled with an "ALPHA CODE." An "ALPHA CODE" shall be requested from the POCs listed below. Any quotes submitted after the closing date without an "ALPHA CODE" shall be considered non-responsive. The following documents are required: 1. Written Technical quote (Contractor's Format), sent in by the contractor 2. Assumption, Conditions, or Exceptions (Contractor's Format), sent in by the contractor 3. Price quote (Contractor's Format), sent in by the contractor 4. Past Performance Questionnaire Attachment 3) must be sent to the government directly from the person filling it out. Submission shall be via email to Krista Argabright at krista.argabright@jieddo.mil and Jaime Tudor at jaime.tudor@jieddo.mil NOTE: Due to e-mail server and pipeline limitations, please limit the size of each e-mail with attachments to 3 MB. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Contractors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of this solicitation including the PWS. If not noted in this section of your quote, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. Past Performance Questionnaires The contractor shall ensure that the Past Performance Questionnaires (ATT 3) are completed by one (1) and no more than three (3) seperate customers and returned to this office (ellectronically to krista.argabright@jieddo.mil and jaime.tudor@jieddo.mil ) no later than 1:00 pm Eastern Time, Thursday May 22, 2014. The Government reserves the right to award on a single award; multiple award; or an all, some, or none basis. All proposals shall be sent to Krista N. Argabright via email, krista.argabright@jieddo.mil and Jaime Tudor via e-mail, jaime.tudor@jieddo.mil Proposals are required to be received no later than 1:00 PM EST, Monday, 2 June 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b051e192fbb17884502c3a2f2db436e8)
 
Place of Performance
Address: 2521 South Clark Street, Floor 12, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN03355969-W 20140504/140502234700-b051e192fbb17884502c3a2f2db436e8 (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.