Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1997 PSA#1873

Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203

R -- TECHNICAL AND MANAGEMENT SUPPORT SERVICES SOL N00600-97-R-1263 POC for a copy of the solicitation FAX request to Customer Service Center (202) 433-9569 -- Voice 202-433-1299. CONTRACT SPECIALIST: Gene moran, (202) 433-3936. CONTRACTING OFFICER: Karen Place ADDITIONAL DESCRIPTION: This is issued as a modification to announcement PSA#1849 published in the CBD on 19 May 1997. The SIC code is changed from 7371 to 8711. Fleet and Industrial Supply Center Norfolk Washington Detachment intends to procure technical and management support services on behalf of the Navy International Programs Office (Navy IPO). The response date for receipt of bids has not been established. Please forward requests for copies of this solicitation by FAX to the Bid Room/Customer Service Center at 202-433-9569. Expected date for release of this solicitation is 18 Jul 1997 with a closing date 30 days after the release date. Requests for copies of this solicitation received under the original announcement WILL BE HONORED therefore a new request for copies of this solicitation will not have to be submitted. The Contractor shall provide non-personal support services in the areas of training, data management, data research, data analysis, configuration management, program management, systems engineering, business process reengineering, facilitation of working groups, technology assessments, technology transfer, disclosure, document control, strategic planning, inventory management, software design, software engineering, programming, software testing, connectivity engineering including interface with the internet, wide area networks (WANs), and local area network (LAN), and training. The Contractor will support Department of the Navy (DoN) management of international cooperative programs, foreign comparative testing projects, data exchange agreements, scientist and engineer exchange program, disclosure, export licensing, and security assistance programs within the following areas: (1) International Cooperative Program Support; (2) Mutual Weapons Development Data Exchange Agreement (DEA) Support; (3) Foreign Comparative Testing (FCT) Support; (4) Technology Transfer and Security Assistance Program Support; (5) Engineer/Scientist Exchange Program (ESEP) Support; (6) Department of Defense (DoD) International Agreement (IA)Support; (7) Management of International Programs Funds and Travel; (8) Support to the DoN's Senior National Representative (SNR) and NATO Naval Armaments Group (NNAG) Activities; (9) Support to Navy IPO Strategic Planning and Communications; (10) Support to Navy IPO Technology Security Programs; (11) General Support of the Navy IPO. The Contractor shall have available qualified personnel and all necessary facilities, materials, and equipment in order to provide support to Navy IPO under this contract. The Contractor will be required to be a United States corporation and will have a facility which has (or is capable of qualifying for) an industrial security clearance to store and process classified material up to the level of SECRET. The Contractor's facility should be located within one hour commuting time (at 8:00 am on a Federal workday) of Navy IPO Arlington, Virginia facility and of future Navy IPO locations in the Washington Metropolitan Area. Most support will be provided in the Washington Metropolitan Area but occasional trips maybe required in CONUS and to foreign countries. The Contractor shall have available IBM-compatible hardware and software including Microsoft Office to support the various databases and systems used by IPO for management of DoN international programs. The type of contract will be a Cost Plus Fixed Fee, Level of effort, Indefinite Delivery/Indefinite Quantity, with a period of performance consisting of a base year, four one-year options, and an option to extend services for an additional 6 months. The estimated level of effort is 249,600 labor hours for all years. This SIC 8711 with a small business size standard of $20 million. Proposals will be evaluated based upon best value source selection. This requirement is an 8(A) Set-Aside. (0171)

Loren Data Corp. http://www.ld.com (SYN# 0064 19970624\R-0006.SOL)


R - Professional, Administrative and Management Support Services Index Page