SOLICITATION NOTICE
70 -- PM IS&A - Intelligence Application Information Collection Management (ICM) - DRAFT Request for Proposal (RFP)
- Notice Date
- 10/28/2022 10:51:47 AM
- Notice Type
- Presolicitation
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY23R0010
- Response Due
- 11/28/2022 12:00:00 PM
- Point of Contact
- Nick Mitrocsak, Phone: 4438615393, Meghan C. Whitmore
- E-Mail Address
-
nicholas.m.mitrocsak.civ@army.mil, meghan.c.whitmore.civ@army.mil
(nicholas.m.mitrocsak.civ@army.mil, meghan.c.whitmore.civ@army.mil)
- Description
- DRAFT Request for Proposal For: Project Manager Intelligence Systems & Analytics Intelligence Application � Information Collection Management (ICM) Solicitation Number: W56KGY-23-R-0010 A. Executive Summary Description of Item(s) Being Procured: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) has the need to acquire on behalf of Project Manager Intelligence Systems & Analytics (PM IS&A), a commercial item that will provide a software-only solution to meet the Information Collection Management (ICM) interoperability, security, training, usability, and data management capabilities. It includes the associated support services, incidental services, and deliverables for the procurement of a commercial item solution to satisfy the ICM requirements. � Program Objective / Needs: The program objectives and needs for this effort are outlined within the Statement of Work (SOW) (Attachment 0001). SOW and Performance Requirements Document (PRD) (Attachment 0002), will be provided upon request to the following points of contact: Ms. Meghan C. Whitmore Procuring Contracting Officer E-mail: meghan.c.whitmore.civ@army.mil And Nicholas Mitrocsak Contract Specialist E-mail: Nicholas.m.mitrocsak.civ@army.mil � �Delivery Schedule: This single award, indefinite delivery, indefinite quantity (IDIQ) contract will have an ordering period consisting of one (1) year base period and four (4) option years. Delivery, schedule, and performance requirements will be reflected in each delivery order issued under the proposed contract, based upon the identified program needs during the contract period of performance. The orders may have option periods. � Type of Contract: The Government intends to award a single award IDIQ contract with delivery orders issued on a firm-fixed-price (FFP) basis. This acquisition will use commercial full and open competition procedures in accordance with FAR Part 12, will be awarded using the best value tradeoff process, and will utilize source selection procedures in accordance with FAR Part 15. The North American industry classification system (NAICS) code is 511210 with a size standard of $41,500,000.00. � Format of Contract: The resultant contract will be formatted in accordance with FAR 15.204-1 -- Uniform Contract Format. Orders will be issued with respect to all basic terms and conditions as stated in the base contract, with information as required by FAR 16.505(a)(7). � Nature of Work: The scope of this effort is to satisfy the Governments projected need through the ICM requirements described in the SOW and PRD Attachments. The security requirements for the base contract are defined in the Department of Defense Contract Security Classification Specification (DD Form 254) available upon request. � Unusual / Specific Aspects of the Acquisition: Refer to Sections L (Instructions, Conditions, and Notices to Offeror�s) and M (Evaluation Factors for Award) of this DRAFT solicitation.� � Source Selection Methodology: An award will be made based on the best overall (i.e., best value-tradeoff) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the four (4) evaluation factors: Technical, Price, Past Performance, and Small Business. The order of importance and specific details regarding these evaluation factors and source selection methodology can be found in Sections L & M of this solicitation. � During the conduct of this acquisition DOD Safe (safe.apps.mil) will be utilized by the Government to support the secure exchange of proposal documents with Contractors, proposal evaluation, and the source selection process. All exchanges with Offerors will occur with the Procuring Contracting Officer and Contract Specialist. Please refer to Section L of this solicitation for further information. � Disclaimer: This Executive Summary has been prepared as an aid to the potential Offerors. The Government has made every attempt to accurately reflect the requirements and information contained in this solicitation. � CONTRACT MAXIMUM/MINIMUM TASK ORDER CEILING: The anticipated MAXIMUM contract ceiling under the PM IS&A Information Collection Management acquisition is $22,827,862.82. The cumulative value of the IDIQ contract, which includes all delivery orders issued, shall not exceed $22,827,862.82.� The MINIMUM guaranteed value under this contract is $3,500.00, which shall be obligated on the first delivery order issuance to the awardee at the time of contract award. � ***This Draft RFP is informational only.�� Any responses and/or feedback are due by the closing of this Draft RFP and will be considered in the final solicitation for the Intel Apps-ICM application anticipated to be released in the near future.*** ***For the full DRAFT RFP, please refer to the Attachments/Links section of this posting.***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2dcd346fcb244193a1059bad85db3708/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN06505382-F 20221030/221028230059 (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 |