SOLICITATION NOTICE
35 -- Installation Information Infrastructure Sustainment (I3S)
- Notice Date
- 7/15/2014
- Notice Type
- Presolicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-14-R-0064
- Response Due
- 9/12/2014
- Archive Date
- 10/12/2014
- Point of Contact
- Todd Kowalke, 309-782-6788
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(todd.w.kowalke.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command-Rock Island (ACC-RI) anticipates the issuance of a Request for Proposal (RFP) in support of the Project Manager, Installation Information Infrastructure Communication and Capabilities (I3C2) Installation Information Infrastructure Sustainment (I3S) program on or around 30 July 2014. The purpose of the Installation Information Infrastructure Sustainment (I3S) acquisition is to provide a single-award IDIQ contract with three (3), one 1-year ordering periods that will support urgent sustainment of critical systems delivered and installed at Army installations on a global basis. Specifically, the I3S requirement will involve support services including urgent repairs, replacement, and maintenance of multiple legacy telephone systems, information systems, data processing systems, and digital communication systems installed at Army installation within Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS). Task Orders under placed under this Contract may take place throughout CONUS and OCONUS in support of urgent Army installation information infrastructure sustainment. Performance will take place on established U.S Forces and Coalition Military Forces sites worldwide as well as Contractor facilities and non-Government facilities. Anticipated period of performance is three (3), one (1)-year ordering periods spanning from September 2014 through September 2017. Proposed contract type is Firm Fixed Price (FFP), Cost Reimbursable (CR) and Time and Materials (T&M). This synopsis is for informational and planning purposes only and does not, in itself, constitute a RFP or commitment by the Government. The Government does not intend to award a contract on the basis of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement. All contractors who provide goods/services to the Department of Defense must be registered in the Central Contractor Register (CCR). If you are not registered in CCR, you cannot be awarded a DOD contract. The internet site for registering in the CCR is http://www.ccr.gov/. You may also contact the CCR Registration Assistance Center at 1-888-227-2423, customer service, and request the registration form and assistance packet for completion. This solicitation will be issued electronically in accordance with FAR 4.5, 5.102 and 15.201; therefore, hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: http://www.afsc.army.mil/ac/aais/ioc/solinfo/index.htm, https://acquisition.army.mil/asfi, and http://www.FedBizOpps.gov. NOTE: The above anticipated solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation to maintain a bidder's mailing list. Therefore, interested parties should periodically access http://www.afsc.army.mil/ac/aais/ioc/solinfo/index.htm in order to obtain any amendments which may be issued. Failure to respond to an amendment prior to the date and time set for receipt of proposals may render your proposal unacceptable. All questions pertaining to the above anticipated solicitation shall be addressed to the Contracting Officer and Contract Specialist as will be specified in the solicitation. Questions shall be submitted no later than the date which will be specified in the solicitation. The Government is not obligated to provide responses to all questions submitted by Offerors, but will consider them and incorporate changes into the RFP as deemed necessary. Government responses to questions will be posted for review by all Offerors. Therefore, questions/comments shall not be marked with a restrictive legend and shall not include proprietary information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d1866ecac1833a0cbb540278c94c524)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03425262-W 20140717/140716021701-8d1866ecac1833a0cbb540278c94c524 (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 |