SOLICITATION NOTICE
R -- Office of the Secretary of Defense (OSD) Analytic & Technical Support Services (ATSS) IDIQ Recompete Synposis
- Notice Date
- 7/8/2020 7:42:15 AM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
- ZIP Code
- 203011000
- Solicitation Number
- ATSS_IDIQ_Synopsis_22Apr2020
- Response Due
- 7/31/2020 1:30:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Warren Arthur, Elizabeth Fuller
- E-Mail Address
-
warren.g.arthur.civ@mail.mil, elizabeth.e.fuller2.civ@mail.mil
(warren.g.arthur.civ@mail.mil, elizabeth.e.fuller2.civ@mail.mil)
- Description
- THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY Classification Code: R - Professional, administrative, and management support services The purpose of this notice is to synopsize Washington Headquarters Services / Acquisition Directorate (WHS/AD)�s upcoming multiple-award Indefinite-Delivery / Indefinite-Quantity (IDIQ) contract for administrative, analytic and technical services. Requirements will be mainly from the Under Secretary of Defense Acquisition and Sustainment (USD A&S), but may also come from Under Secretary of Defense for Research and Engineering (USD R&E), or Department of Defense (DoD) Fourth Estate agencies. The proposed solicitation number is HQ003420R0089. The anticipated FINAL solicitation release date is 31�July�2020. The contract award date is estimated to be�September 2020.�All responsible sources via System for Award Management (SAM) may submit a proposal which shall be considered by the agency. There will be one set-aside reserve contractor pool for small businesses and one unrestricted contractor pool for both small and large businesses. An estimated 20% of the future task order requirements on the new IDIQ will be set-aside for small businesses and two or more small business contracts are expected to be awarded. The remaining future task order requirements will be competed in an unrestricted pool and two or more small and large contracts are expected to be awarded. Contractors will perform a variety of highly technical and administrative services according to individual task order performance work statements. The IDIQ will have an estimated overall ceiling of $1,500,000,000.00 ($1.5B) with a minimum order of $5,000.00 ($5K) and a maximum order of $250,000,000.00 ($250M). The ordering period for task orders on the new IDIQ will be five years. Full-burdened labor category prices (maximum price) will be provided at the IDIQ level. Any discounts against the IDIQ level labor category prices will be negotiated at individual task order award. Individual task orders can be of any contract type (i.e. fixed-price or cost-reimbursement) and commercial or non-commercial. Performance-based and non-personal services task orders will be exclusively used. The IDIQ performance work statement encompasses two major functional capability areas: Professional, Scientific, and Technical Services Administrative Management General Management Consulting Services The primary place of performance for contractor support is within the National Capital Region (NCR), including the Pentagon, Mark Center, and other offsite locations. Place(s) of performance will be stated in each�individual task order. Project and study tasks are not normally tied to performance in a specific location, though progress reports and deliverables will be conveyed�to the Pentagon reservation and other sites within the NCR unless otherwise specified. NAICS/PSC Code: Primary NAICS code is 541990 - �All Other Professional, Scientific, and Technical Services Secondary NAICS code is 541611 -�Administrative Management and General Management Consulting PSC Code is R499 - Other Professional Services In order to be eligible for award: Contractors will be required to have a current/active DoD Facility Security Clearance at the� TOP SECRET level WHS/AD will NOT sponsor contractors to meet the facility clearance requirement. Contractors must have the capability to provide and maintain contractor personnel up to and including a Top Secret / Sensitive Compartmented Information (SCI) minimum with Special Program Access eligibility THE INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IS NOT BINDING. WHS/AD has not made a commitment to procure any of the services discussed and should not be construed as a commitment or as authorization to incur cost from which reimbursement would be required or sought. Emails or telephone calls about this synopsis will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/630179aee9a146bf83626ae1a3bfcc66/view)
- Place of Performance
- Address: Washington, DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN05714654-F 20200710/200708230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |