SOLICITATION NOTICE
L -- Strategic Services Sourcing (S3)
- Notice Date
- 3/8/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-05-R-E401
- Response Due
- 4/25/2005
- Archive Date
- 6/24/2005
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army, Communications-Electronics Command (CECOM) Acquisition Center, in coordination with the Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) community, intends to provide a single, multiple award contract vehicle covering a broad range of life cycle services designed to efficiently meet the integrated engineering, business operations and logistics service needs of all C4ISR customers. The intent of the proposed contract is to provide access to multiple prime contractors and subcontractors capable of performing the broad range of life cycle services required to fulfill varied user demands. These demands may require services and incidental equipment to facilitate support to the Government in th e area of engineering, business operations and logistics. These services may be performed in conjunction with any/all new and existing C4ISR system of systems, family of systems, platforms, systems, subsystems and items. Security Requirements for the basic contracts will be as follows: 1) all Contractor facilities shall provide an appropriate means of storage for classified documents, equipment and materials and non-classified equipment and materials up to and including the SECRET level; 2) all Contractor p ersonnel performing work on this contract will possess a minimum of a SECRET U.S. Government security clearance unless specifically waived within an individual Task Order; 3) Security clearance requirements for Contractor personnel possessing a TOP SECRET clearance will be specified in individual Task Orders. DRAFT documents to include a solicitation, labor categories and Performance Work Statement (PWS) have been posted on the ASFI to provide a more comprehensive understanding of the proposed requirement. The total estimated value of this requirement is $19.25 billion over ten years. The ordering period is a 5-year base and one 5-year option. The Government plans to award up to ten Indefinite Delivery Indefinite Quantity (IDIQ) type contracts with the option to issue Time and Materials (T&M), Firm Fixed Price ( FFP), or Cost Reimbursement (CR) task orders. Requirements will be fulfilled on a task order basis in a competitive environment. S3 ACQUISITION STRATEGY AS IT RELATES TO SMALL BUSINESS CONSIDERATIONS: The Government intends to award more than one Indefinite Delivery Indefinite Quantity (IDIQ) type contract under unrestricted, full and open competition. Three (3) awards are reserved for Small Business Offerors, specifically two (2) awards for Small Businesses and one (1) award for an 8(a) Small Business, that submit the best overall proposals from those submitted by Small Businesses which are included in the competitive range. Offeror s should note that Small Business reserve awards will be selected after the full and open awards have been made with no regard to business size. Therefore, total awards to Small Business Offerors under this acquisition may not be limited to the reserve awa rds. The Government will also include an 18 percent goal of total program dollars for Small Business prime contractors in the award of task orders. The North American Industrial Classification System (NAICS) code of 541330, Engineering Services, applies to this acquisition. The associated Small Business size standard for this NAICS code is $23.0M average annual receipts. In addition, the Government has included minimum small business participation goals in the Request for Proposal (RFP) with which all Offer ors must comply. This synopsis is provided for informational purposes only and shall not be considered a request for proposal. Additional information is available through the Army Single Face to Industry (ASFI), Interactive Business Opportunities Page (IBOP) at https://abo p.monmouth.army.mil. Once the final solicitation is released on or about 21 March 2005, all responsible sources interested in participating in this procurement may submit a proposal, which shall be consid ered by the agency. See Numbered Note 26. The U.S. Army CECOM has established the IBOP website as part of the ASFI, to allow electronic transmittal of solicitations and proposals. All parties interested in doing business with CECOM are invited to access and operate the ASFI in order to send and re ceive information. You may access potential CECOM Business Opportunities by selecting CECOM-FISCAL YEAR from the drop down menu under the heading ARMY PRE-AWARD and click GO. Registration for a User ID and Password is available under USER SERVICES, USER RE GISTRATION, in the center of the screen.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00764794-W 20050310/050308212513 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |