COMMERCE BUSINESS DAILY ISSUE OF MARCH 27, 2001 PSA #2816
SOLICITATIONS
R -- PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES
- Notice Date
- March 23, 2001
- Contracting Office
- ATEC Contracting Activity, Attn: CSTE-CA, Bldg 91035, P.O. Box Y, West Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- DATM01-01-R-0009
- Point of Contact
- Contracting Officer, Sheila D. McClelland (254) 288-0882
- Description
- The Government intends to issue a Draft Request for Proposals (DRFP) to industry for comments on its requirement for operational test support for the U.S. Army Operational Test Command (OTC), Fort Hood, Texas. This synopsis is to develop an Offerors Mailing List (OML), give industry an opportunity to request the DRFP and to request a Government Advisory Opinion regarding Organizational Conflict of Interest. The anticipated performance period (exclusive of contract transition period) is one base period with four one-year options. The contract type anticipated is Cost-Plus-Award Fee. The requirement will be issued on a Full and Open Competition Basis. The requirement calls for nonpersonal services to support the U. S. Army Operational Test Command (OTC) in their mission to support the Army material acquisition and force development processes by managing, conducting and reporting operational testing of material in the hands of soldiers in a field environment. Operational testing will involve a major effort in the integration of instrumentation engineering, data management, maintenance and field services. Non-personal services may consists of operational, customer testing and experimentation support services and may also include contract management and administrative support, operation, maintenance, NDI enhancement of GFE test instrumentation systems; test operations, planning, field test support; test operations logistics support and maintenance; and incidental supply support. The contractor will be provided Government-furnished facilities (GFF) at West Fort Hood, Texas. Approximate issue date of the DRFP is 30 April 2001 with a Presolicitation Conference scheduled to be conducted at Fort Hood, Texas on/or about 21 May 2001. In preparation for the conference, questions and comments on the DRFP will be encouraged. Email questions will be accepted and the email address will be provided in the DRFP. However, a cut-off point for receipt of industry written questions and comments on the DRFP, subsequent to the pre-solicitation conference, is anticipated. This synopsis also invites potential offerors to submit information regarding potential Organizational Conflict of Interests (OCI) that will allow the Government to advise respondents about their potential to be viable competitors. The advisory opinion will contain sufficient information to permit potential offerors to make an informed decision about whether to participate in the acquisition. Each respondent will be advised that either it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. Respondents considered not to be viable competitors will be provided the general basis for the opinion. Notwithstanding the advice provided by the Government in response to the submissions, Respondents may participate in the resultant acquisition. The following information is required to be provided in writing to the address below in order to receive an OCI determination. The Respondent is encouraged to review Section 8141 of the 1989 Department of Defense Appropriations Act, Public Law 100-463 and the Federal Acquisition Regulation Subpart 9.5 prior to responding. Respondents should note that Public Law 100-463 prohibits the utilization of any contractor on an IOT&E that is involved in the system development or organizationally related to a system developer. Part 9.5 further addresses contractor responsibilities and restrictions. Respondents must explain, in detail, the nature of any involvement in Defense Systems, with specific emphasis on Department of Army Systems and Joint Programs. This requires that the respondent describe the specific work performed and duration thereof as either a prime or subcontractor. The respondent must lay-down the corporate structure, specifically addressing the interrelationship, if any, of corporate assets that performed any development effort. The respondent must state whether or not it considers its involvement an organizational conflict of interest prohibited by the referenced statute and regulation or an appearance of such a conflict that could adversely impact the test and evaluation mission. Provide a detailed rationale for the position. Failure to provide the required information will be deemed non-responsive; and incomplete packages will be returned and no determination will be provided. Interested parties must request the DRFP in writing to the Contracting Officer at the ATEC Contracting Activity, P.O. Box Y, Fort Hood Texas, 76544-0770. No verbal request will be entertained regarding any information in this announcement. Issuance of the final RFP will not be synopsized. The final RFP will be issued to all parties that requests the DRFP, unless they affirmatively request in writing to be deleted from the offeror's mailing list. All Respondents must be registered in the Central Contractor Registration (CCR), and have a valid DUNS number, Cage Code, and Tax Identification Number. See Note 26*****
- Record
- Loren Data Corp. 20010327/RSOL015.HTM (W-082 SN50H1I8)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on March 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|