MODIFICATION
D -- GlobalNET Platform Support Services - Amendment 4
- Notice Date
- 6/10/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ001314R0009
- Archive Date
- 7/5/2014
- Point of Contact
- Janet M D'Angelo, Phone: 703-601-3728
- E-Mail Address
-
janet.d'angelo@dsca.mil
(janet.d'angelo@dsca.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The attached is the revised Amendment 0003 PWS. The attached is the Amendment 0003 Summary of Changes SF30. The attached is the conformed copy of the solicitation which includes Amendment 0003 changes. *****The purpose of Amendment 0003 is to incorporate the following changes: a. Correct the closing date/time noted belwo for Amendment 0002. The closing date and time is 2 P.M. Friday 20 June 2014. b. Delete the following minimum requirement listed under Volume I Technical Experience Sub-factor B of the Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items: "Proposed data hosting center must be FedRAMP Compliant or FISMA Moderate compliant pending FedRAMP Authority to Operate (ATO). The data hosting center must be FedRAMP compliant no later than 30 September 2014." c. Include the requirement for contract personnel to be ADP Level I with a requirement to complete a favorable ADP-I background investigation adjudicated for trustworthiness before work can begin. See Section 1.6.8 of the PWS. See attached Amendment 0003 SF30 Summary of Changes, Amendment 0003 Conformed Solicitation 1449, and Amendment 0003 Revised PWS. ******* ****The purpose of Amendment 0002 is: a. Extend the submission date to 2 PM Friday 20 June, 2014. b. Revise the response to question 30 of the Question and Answer document. Drupal Association Board membership is not required. Therefore, the requirement to have a minimum of one member on the Drupal Association Board is removed from the response to question 30 of the Question and Answer document. c. Revise the Minimum Requirements identified in the Addendum to FAR 52-212-1 Instructions to Offerors - Commercial Items and 52.212-2 Evaluation - Commercial Items to include the following: "The Offeror's proposed data hosting center must be FedRAMP compliant at the date of proposal submission". The responses to questions 24 and 41 of the Question and Answer document are revised accordingly.**** Solicitation Number: HQ0013-14-R-0009 Notice Type: Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HQ0013-14-R-0009 and is issued as a Request for Proposal (RFP). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) hybrid contract utilizing Firm Fixed Price (FFP) CLINs and a Cost Reimbursable (CR) CLIN for contractor travel. Note the Governmment set estimated travel cost is $10,000.00 per contract year. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective January 30, 2014. The applicable North American Industry Classification Standard (NAICS) code is 541511 - Custom Computer Programming Services. The small business size standard is $25.5M. This acquisition is competitive small business set-aside. DSCA intends to purchase services under the line items identified in the Contract Line Item Attachment. These items will be used by the Defense Security Cooperation Agency (DSCA) in support of the GlobalNET platform operation, maintenance and development requirements. See the Performance Work Statement Attachment for details. The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) hybrid contract utilizing Firm Fixed Price (FFP) and a Cost Reimbursable (CR) CLIN for contractor travel as a result of this combined synopsis/solicitation. Note, the Government set Travel estimate is $10,000.00 per contract year. The period of performance is 25 June 2014 through 24 June 2015. The solicitation includes two twelve month options. The Delivery, Inspection, Acceptance and FOB Point are all Government. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Please see Solicitation Clause Attachment for a complete listing of all FAR and DFAR clauses applicable to this solicitation. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Specifications, plans or drawings relating to this procurement are not available and cannot be furnished by the Government. Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. - Questions regarding this solicitation must be submitted via email to Janet.D'Angelo@dsca.mil no later than 11 A.M. (EST) Monday 12 May 2014. Emails shall include the Solicitation Number in the subject line of the email. - All responsible sources that submit an offer will be considered. Proposals are due no later than 2 P.M. (EST) Friday 20 June, 2014. Please submit all proposals to the attention of Janet D'Angelo. See submission and delivery information provided under the Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS as reflected in the Solicitation Clause attachment. Place of Performance: Place of performance is Contractor's facilities and multiple OCONUS locations. See Place of Performance under section 1.6.6 of the Performance Work Statement (PWS) for specifics. Defense Priorities and Allocations System (DPAS) rating, if applicable: NOT APPLICABLE Further details regarding the requirement can be found in the attachments below. Performance Work Statement (PWS) Contract Line Items Solicitation Clauses Past Performance Questionnaire Technical Exhibit 1 Technical Exhibit 2
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001314R0009/listing.html)
- Place of Performance
- Address: Contractor Facility and OCONUS locations identified in the PWS., arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03390582-W 20140612/140610235424-332621f4964a85496ab039b6f9ca301a (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 |