AWARD
D -- The following is the award synopsis for the Army Combat Training Instrumentation Contract (ARCTIC) W900KK-15-D-0006. Request for Proposal (RFP) W900KK-15-R-0003.
- Notice Date
- 8/18/2015
- Notice Type
- Award Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- ACC - Orlando,, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK15R0003
- Response Due
- 4/24/2015
- Archive Date
- 9/17/2015
- Point of Contact
- Matthew Fehl, 407-380-4251
- E-Mail Address
-
ACC - Orlando
(matthew.fehl.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W900KK-15-D-0006
- Award Date
- 8/13/2015
- Awardee
- ADVANCED IT CONCEPTS, INC. (807675603) <br> 1351 SUNDIAL POINT <br> WINTER SPRINGS, FL 32708
- Award Amount
- $45,000,000.00
- Line Number
- TBD at the Task Order Level
- Description
- The objective of the ARCTIC Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract is to enable PM TRADE to procure equipment and services to provide for total life cycle support. PM TRADE products and services are comprised of non-Live Training Transformation (LT2) products and LT2 Product Line for the Combat Training Centers - Instrumentation System (CTC-IS) at the National Training Center at Fort Irwin, CA, the Joint Readiness Training Center at Fort Polk, LA and the Joint Multinational Readiness Center at Hohenfels, Germany in addition to the Joint Pacific Multinational Readiness Capability-Instrumentation System (JPMRC-IS) at Schofield Barracks, HI. The North American Industry Classification System (NAICS) Code for this effort is 541519 - Information Technology Value Added Reseller (small business size standard - 150 employees) Classification Code: D - Information technology services including telecommunications services (Federal Supply Class/Service- D399). The Government conducted the ARCTIC procurement as a Service Disabled Veteran Owned Small Businesses (SDVOSB) set-aside utilizing Lowest Price Technically Acceptable (LPTA) source selection procedures. The solicitation resulted in the award of a single award IDIQ contract with provisions for Firm-Fixed-Price Task Orders and Contract Line Item Numbers (CLINs). The U.S. Army Contracting Command issued the RFP electronically via the Federal Business Opportunities website (http://www.fbo.gov) on 17 March 2015. The award date for this requirement was 13 August 2015. The contract was awarded to Advanced IT Concepts, Inc, 1351 Sundial Point, Winter Springs, FL 32708-6622 A ceiling of $45M was established for the ordering period FY15-FY20. The cumulative total of all task orders awarded will not exceed $45,000,000 over the life of the contract. Predominant Place of Performance will include contractor facilities and multiple Government locations, including but not limited to, the Combat Training Centers - Instrumentation System (CTC-IS) at the National Training Center at Fort Irwin, CA, the Joint Readiness Training Center at Fort Polk, LA and the Joint Multinational Readiness Center at Hohenfels, Germany in addition to the Joint Pacific Multinational Readiness Capability-Instrumentation System (JPMRC-IS) at Schofield Barracks, HI. Contracts POC: Matthew Fehl, (407) 380-4251, matthew.fehl.civ@mail.mil Contracting Office Address: U.S. Army Contracting Command - Orlando, 12211 Science Drive, Orlando, FL 32826-3224
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9cab902d492a3bcae66c8ff666c2574d)
- Record
- SN03844472-W 20150820/150819000714-9cab902d492a3bcae66c8ff666c2574d (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 |