Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 27, 2014 FBO #4751
SOLICITATION NOTICE

M -- NBACC FFRDC - Other Attachments for NBACC DRFP - NBACC FFRDC Draft Solicitation - Attachment 3 to NBACC DRFP - Attachment 2 to NBACC DRFP - Attachment 1 to NBACC DRFP

Notice Date
11/25/2014
 
Notice Type
Presolicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-14-R-00073
 
Point of Contact
Aaron H. Ford, Phone: 202-254-6302
 
E-Mail Address
Aaron.Ford@dhs.gov
(Aaron.Ford@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 to Contract Data Requirements List Attachment 1 to Draft RFP--Contract Data Requirements List Exhibit 1 to NBACC FFRDC Draft Award-Fee Plan Draft Award-Fee Plan for NBACC FFRDC Draft Solicitation Exhibit 1 to the Draft Award-Term Plan for the NBACC FFRDC Draft Solicitation Draft Award-Term Plan for the NBACC FFRDC Draft Solicitation Section M of the Draft Solicitation Section L of Draft Solicitation Section K of Draft Solicitation Section J of Draft Solicitation Section I of the Draft Solicitation Section H of the Draft Solicitation Section G of the Draft Solicitation Section F of the Draft Solicitation Section E of the Draft Solicitation Section D of the Draft Solicitation Section C of the Draft Solicitation Section B of the Draft Solicitation Section A of the Draft Solicitation (Standard Form 33) Cover Page to Section A (Standard Form 33) Executive Summary for Draft Solicitation Attachment 21--Table T-1--Small Business Goals Attachment 20--Bidder's Question Submittal Form Attachment 16--SCA Wage Determination for Frederick Maryland Attachment 15--Workload and Expense Estimates for NBACC Attachment 14--Past Performance Questionnaire Attachment 13--Listing of Contract Directives Applicable to NBACC Project Attachment 12--Draft Quality Assurance Surveillance Plan for NBACC Attachment 11--OSHA Form 300A Attachment 10--Draft DD Form 254 for NBACC Project Attachment 9--Listing of GFI for NBACC Attachment 8--Listing of GFE/GFM/GFP for NBACC Attachment 7--Artist Concept of NBACC Facility Attachment 6--Draft Sponsoring Agreement for NBACC Attachment 5--Draft Management Plan for NBACC Attachment 4--Cost Charts The Department of Homeland Security (DHS) has issued this Draft Request for Proposals (RFP), HSHQDC-14-R-00073, for the continued management and operations of the National Biodefense Analysis Countermeasures Center located at Fort Detrick, Maryland. In addition, as specified in the Statement of Work in Section C, the Contractor will be required to provide a wide range of research studies, analyses, analytic and computational models, simulations, and other analytic support useful to policy and program planning management by its Sponsors. Interested parties are encouraged to review the Draft RFP and provide suggestions, comments, and changes in writing to the Procuring Contracting Officer at Aaron.Ford@hq.dhs.gov. DHS may respond to or post on the FBO website any verbal or written questions or comments pertaining to the Draft RFP. DHS will, however, respond to and post questions and answers on the Final RFP after its formal release. DHS personnel may contact responding firms to clarify comments, proposed changes, questions, and other matters as necessary. This Draft RFP is NOT a formal RFP. Proposal are NOT, at this time, being requested in response to the Draft RFP and will NOT be evaluated. In developing the final RFP, DHS will consider all comments, proposed changes, and questions received. DHS anticipates the issuance of the Final RFP around March 16, 2015 for which proposals will be requested and accepted. DHS anticipates that the contract award resulting from the final RFP to be in September 2015. DHS intends to competitively solicit and award one cost-reimbursement hybrid contract, consisting of Cost-Plus-Award-Fee (CPAF) and Cost-Plus-Fixed-Fee (CPFF) Contract Line Item Numbers (CLINs). In addition, the proposed contract will have Indefinite-Delivery-Indefinite Quantity (IDIQ) type line items for the Work-For-Others (WFO) and Analytic Tasks Programs that will allow the Government to issue CPFF task orders for the performance of specific work sent to DHS for other Federal Agencies. The anticipated contract will have an overall period of performance of 10 years (a one-year base period, 4, one-year option periods, and five Award-Term Incentive Periods). The North American Industrial Classification (NAICS) code for this effort is 541711 with a size standard of 500 employees. The Government does not intend to acquire a commercial item or service using FAR Part 12. DHS anticipates holding a site visit on January 27, 2015 and a pre-proposal conference on January 28, 2015. Detailed information and associated requirements for both events can be found in the Draft RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-14-R-00073/listing.html)
 
Place of Performance
Address: NBACC FFRDC, Bullene Drive, Frederick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN03581605-W 20141127/141125234341-68dba65df907f95fd467e0f24eea2c35 (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.