SOLICITATION NOTICE
R -- SCIENCE, ENGINEERING, TECHNICAL, AND ASSISTANCE (SETA) SERVICES - SMALL BUSINESS SET ASIDE
- Notice Date
- 6/11/2014
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-14-R-0044
- Response Due
- 6/27/2014
- Archive Date
- 8/10/2014
- Point of Contact
- Jennifer, 301-619-8401
- E-Mail Address
-
ACC-APG - Natick (SPS)
(jennifer.s.bassett.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Natick Contracting Division, Ft. Detrick, is providing notice that a solicitation will be issued on or about 27 June 2014 for commercial services for Science, Engineering, Technical, and Assistance (SETA) Services in support of the United States Special Operations Command (USSOCOM), Program Manager Special Programs (PMSP) Office at Fort Belvoir, VA. Services anticipated under this effort are intended to support various projects and programs and will include research, analysis and studies, engineering support, assessment support, meeting support, and report writing. Services will also include information technology services for the maintenance and operation of hardware and software infrastructure. The contractor support will provide services on systems that comply with agency policy and are under the direct management of government personnel only. All Contractor individual(s) supporting the contract must have and maintain the required security clearance level throughout the contract period of performance. Contractor will be required to develop an Operations Security (OPSEC) plan based on requirements identified by the supported customer. Interested parties must be registered in The System for Award Management (SAM) to be eligible to receive a government contract. Registration information can be obtained at the sam.gov website. This acquisition is a Total Small Business Set-Aside and provides competition among Small Businesses utilizing the Lowest Price Technically Acceptable Source Selection Procedures. The applicable North American Industry Classification Systems Code for this effort is 541330 with a Small Business Size Standard of $14.0 million. It is anticipated that a Single Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract, using Firm Fixed Price (FFP) and Cost Type CLINs (for Travel and ODCs) will be awarded for a one (1) Year Base and two (2) option ordering periods (years). The award date is anticipated for September 2014. The total contract maximum (for all Task Orders awarded) is $38M. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors. Proposals will first be reviewed to determine the lowest priced offer. An evaluation to determine technical acceptability will then be conducted on that offer. If the first offer evaluated, which is the lowest price offer, is found to be technically acceptable, then an award will be made to that offeror. If that offer is not found to be technically acceptable, evaluations will then continue to the next lowest offer until one is found that is technically acceptable. All Parties interested in this action are invited to access and monitor the Army Single Face to Industry (ASFI) website at: https://acquisition.army.mil/asfi/. All documents related to this acquisition will be available to download at the above website on or about 27 June 2014. No paper copies of the RFP will be provided and no mailing list will be maintained because the acquisition will be posted on the above website. For Technical ASFI assistance, please email the help desk at: usarmy.redstone.acc.mbx.hqacc-asfi@mail.mil. Any questions related to this notice and resulting solicitation must be provided in writing. No telephone inquiries will be accepted. Any correspondence must include the solicitation number shown above. The Point Of Contact for this action is: Ms. Jennifer Bassett Contract Specialist Ph: 301-619-8401 Email: jennifer.s.bassett.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15ec2253515126d03ab49ad48d95fd77)
- Place of Performance
- Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN03392206-W 20140613/140611235312-15ec2253515126d03ab49ad48d95fd77 (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 |