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