MODIFICATION
D -- Technical Support & SME
- Notice Date
- 7/11/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Energy, Mission Support and Test Services, LLC, Mission Support and Test Services, LLC, 2621 Losee Road, Las Vegas, Nevada, 89030-4129, United States
- ZIP Code
- 89030-4129
- Solicitation Number
- 312686-JC-18MSTS
- Point of Contact
- crossljl@nv.doe.gov, Phone: 7022955343, Carolyn L. Eichler, Phone: 7022950947
- E-Mail Address
-
crossljl@nv.doe.gov, eichlecl@nv.doe.gov
(crossljl@nv.doe.gov, eichlecl@nv.doe.gov)
- Small Business Set-Aside
- Very Small Business
- Description
- B-4 Clearance & Other Requirements Added: 4.2 Knowledge and Expertise with Zues Software and be an authorized distributor. All personnel MUST BE U.S. CITIZENS B-5 LOCATION OF WORK Work performed under this subcontract shall take place at the SUBCONTRACTOR's facilities and/or CONTRACTOR locations and/or CONTRACTOR-designated locations as identified on the individual task orders. (NV, CA. NM.) B-6 PERIOD OF PERFORMANCE This subcontract will be a three (3) year agreement from Date of Award through Sept. 30, 2021. B-7 TASK ORDER PROCESSServices of Subcontractor shall be through the issuance of TOs. CONTRACTOR will issue a Request for Proposal (RFP) to SUBCONTRACTOR with the following specific details: • Scope of work • Materials, Parts and/or Equipment • CONTRACTOR provided property/equipment • Deliverables and due dates • Required personnel qualifications • Special training requirements • Security clearance requirements and classified material access • Applicable standards • Location of work • Performance period • Any additional special terms and conditions application to the Task Order. The Subcontract Administrator will provide a Request for Quotation (RFQ) to SUBCONTRACTOR with specific details of work assignments, description of work scope, CONTRACTOR provided property/equipment, deliverables and due dates, required personnel qualifications, special training requirements, security clearance requirements, classified material access, applicable standards, location of work, and performance period. Each TO awarded to SUBCONTRACTOR will utilize this process. The following describes the types of TOs: Firm-Fixed-Price Task Orders (FFPTOs): The Subcontract Administrator will issue a FFPTO as determined by the Subcontract Administrator taking into account the nature of the requirements and any input from the SUBCONTRACTOR. The SUBCONTRACTOR shall provide an all-inclusive Firm-Fixed-Price technical proposal in accordance with the specific request. SUBCONTRACTOR shall include a breakdown of costs for the specific request to include details of approach of work assignments, deliverables, documentation, labor categories, number of hours, labor rate, training. etc. Travel will be estimated in accordance with the Travel Clause in Exhibit A. Upon completion and payment in full of each TO, the SUBCONTRACTOR shall submit a Subcontract Release Statement FRM-2206. The Subcontract Release Statement shall include a certification that states the following: "All Government and CONTRACTOR-furnished property has been returned, consumed, delivered or otherwise disposed of as instructed by CONTRACTOR." B-7 WORK LOCATION PRIMARY WORK AREAS Work location shall be identified at the time of request. The majority of the work will occur at the North Las Vegas Complex, North Las Vegas, NV or at the Nevada National Security Site, Mercury, NV but may include work to include but not limited to the following CONTRACTOR work locations: North Las Vegas (NLV) Complex 2621 Losee Road North Las Vegas, NV 89030 Nevada National Security Site (NNSS) Mercury, NV 89023 Remote Sensing Laboratory-Nellis (RSL-N) 4600 N. Hollywood Blvd. Las Vegas, NV 89191 Remote Sensing Laboratory Andrews Operation (RSL-A) 1783 Arnold Ave. Andrews AFB, MD 20762 Livermore Operations (LO) 161 S. Vasco Road, Suite A Livermore, CA 94551 Los Alamos Operations (LAO) 182 East Gate Drive Los Alamos, NM 87544 Special Technologies Laboratory (STL) 5520 Ekwill Street, Suite B Santa Barbara, CA 93111 Work at SUBCONTRACTOR'S facility may be authorized if the CONTRACTOR determines that working offsite is acceptable. If working off-site is authorized, the SUBCONTRACTOR shall provide the network connectivity which will require all file sharing be turned off, firewalls set to block port connections from external sources other than primary ISP, and wireless security shall be WPA, WPA-2, or by MAC address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6856be9173c9920c4905aa0e71501861)
- Place of Performance
- Address: Various locations mainly Southern Ca. and Southern NV., United States
- Record
- SN04986430-W 20180713/180711230814-6856be9173c9920c4905aa0e71501861 (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 |