SOLICITATION NOTICE
A -- Analysis, Development, and Implementation of Manufacturing Technology for the Defense Industrial Base - OFFICIAL RFP
- Notice Date
- 8/18/2020 12:46:03 PM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q20R0044
- Response Due
- 10/5/2020 3:00:00 PM
- Archive Date
- 10/20/2020
- Point of Contact
- Candace S. Tucker, Natalie S. Owens
- E-Mail Address
-
candace.s.tucker.civ@mail.mil, natalie.s.owens.civ@mail.mil
(candace.s.tucker.civ@mail.mil, natalie.s.owens.civ@mail.mil)
- Description
- THIS SOLICITATION/REQUEST FOR PROPOSAL (RFP) IS OFFICIALLY RELEASED. The due date for proposals submitted in response to this solicitation is 05 October 2020. Solicitation W31P4Q-20-R-0044 is limited to educational or other non-profit offerors. The statutory authority for other than full and open competition is 10 U.S.C. 2304(c)(3)(B) as implemented by FAR 6.302-3(a)(2)(ii); Industrial Mobilization; Engineering, Developmental, or Research Capability; or Expert Services, which allows the use of non-competitive procedures in order to establish or maintain an essential engineering, research, and/or development capability provided by an educational or other nonprofit institution. This solicitation is issued as a Request for Proposal for Engineering Services required to support the United States Army's Combat Capabilities Development Command, Aviation and Missile Centers (CCDC-AvMC) Systems Readiness Directorate for performance of the effort entitled, Analysis, Development, and Implementation of Manufacturing Technology for the Defense Industrial Base. This Request for Proposal is issued to obtain a proposal for the attached PWSs (See Attachment 001 for the Performance Work Statement for the IDIQ contract and Attachment 0002 for the Performance Work Statement for the initial Task Order). One proposal should be submitted for the overall IDIQ, and a separate cost proposal should be submitted for the initial Task Order (we ask that offerors also provide a summary technical approach for the initial task order that defines how the offeror plans to execute all sections of the Performance Work Statement (PWS) to include the performance requirements, any travel required, security considerations, IA/Anti-Terrorism/OPSEC, GFE, GFP, and schedule). The resulting contract will be awarded to the offeror whose proposal represents the Best Value to the Government based on the evaluation criteria in Section M, as a performance based Cost-Plus-Fixed-Fee (CPFF)/Cost Reimbursement (CR), Indefinite Delivery/Indefinite Quantity (IDIQ) Task Order type contract with an ordering period from date of award through five (5) years. Task Orders will be issued on a CPFF/CR basis against the IDIQ contract in accordance with Federal Acquisition Regulation (FAR) 16.5. The Period of Performance (POP) for individual task orders will be specified in each task order and may extend beyond the five (5) year ordering period.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/83764cd2d14a4a5da9dcfa63c48baa78/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05762745-F 20200820/200818230158 (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 |