SOLICITATION NOTICE
R -- TRADOC G-2 ISRMAT Support Services (Pre-Solicitation W911S0-15-R-ISRM)
- Notice Date
- 7/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-15-R-0013
- Response Due
- 8/20/2015
- Archive Date
- 9/22/2015
- Point of Contact
- justin.balster, 7578783166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(justin.balster@us.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- 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. This Combined synopsis/solicitation is in reference to Pre-solicitation W911S0-15-R-ISRM, TRADOC G-2 ISRMAT Support Services. This Combined Synopsis/Solicitation is a Request for Proposal (RFP). This RFP is set aside for HUBZone business. Proposals failing to meet all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) contract will be awarded as a result of this solicitation. All questions must be submitted no later than 28 July 2015at 11:00 AM EST. All proposals must be submitted prior to the closing date listed on the SF 33 of the attached solicitation. IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. The applicable NAICS code for this procurement is 541990, All Other Professional, Scientific, and Technical Services with the related size standard of $15 million. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. Proposal shall be good for 30 calendar days from the date of submission. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Mission Capability Scenario, Management and Staffing Plan, Past Performance, and Price. An offeror must have an acceptable proposal first under Mission Capability Scenario, Management and Staffing Plan, and Past Performance to be under consideration for award. Price will become the controlling factor if there is more than one proposal that is rated quote mark acceptable quote mark for all three factors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/76ccc3870bd05fd58f6f6483eafebe8d)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03809381-W 20150726/150724234810-76ccc3870bd05fd58f6f6483eafebe8d (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 |