Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOLICITATION NOTICE

R -- IDIQ Contract Engineering, Management, Logistics and Administrative Services in support of the U.S. Embassy Kabul, Afghanistan - Announcement

Notice Date
2/1/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA10R0013
 
Point of Contact
Rakesh N Shah, Phone: 7038756009
 
E-Mail Address
shahrn@state.gov
(shahrn@state.gov)
 
Small Business Set-Aside
N/A
 
Description
IDIQ contract - engineering, management, logistics and administrative services in support of the U.S. embassy Kabul, Afghanistan. February 1, 2010 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT ENGINEERING, MANAGEMENT, LOGISTICS AND ADMINISTRATIVE SERVICES IN SUPPORT OF THE U. S. EMBASSY KABUL, AFGHANISTAN FEDBIZOPPS ANNOUNCEMENT The US Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations (OBO), is seeking qualified companies to provide engineering, management, logistics and administrative services in support of the U.S. Embassy Kabul, Afghanistan by means of a performance-based, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with firm fixed prices. The main element of this contract is for the contractor to supply manpower and materials to provide Operation and Maintenance (O&M) support in maintaining all facilities and the associated infrastructure identified in this solicitation. This contract is an Indefinite Delivery, Indefinite Quantity contract payable entirely in U.S. Dollars and within the Task Order issued under this contract. No additional sums will be payable on account of any escalation in the cost of materials, equipment or labor, or because of the contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by this contract. Nor will the contract price be adjusted on account of fluctuations in currency exchange rates. Changes in the contract price or time to complete will be made only due to changes made by the Government in the work to be performed, or by delays caused by the Government. All costs, including services and additional labor rates not listed and priced in contract shall be negotiated in accordance with the Scope of Work for each individual Task Order. The actual amount of work to be performed, the time of such performance, the deliverables, and the location of the work will be determined by the Contracting Officer, who will issue formally executed Task Orders to the Contractor. The only work authorized under this contract is that which is performed after receipt of such task orders or after a written Notice to Proceed (NTP) from the Contracting Officer, which is followed by a formally executed task order. A written NTP may be transmitted by facsimile. During the term of this contract, to include the Base Year and all option years exercised, the Government shall order, as a minimum, services in an amount of at least $5000.00. The Government make no guarantee as to the number of orders or actual amount of services that will be requested above the guaranteed minimum of $5000.00. The maximum dollar value for the life of this contract (one base year and four option years) is $35M. Contract duration shall not exceed five years. Task orders for each proposed services will be placed against the contract on an as-needed basis and individually negotiated. In order to be considered for award, the Offerors must possess a Defense Security Service (DSS) Top Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess an FCL, as well as the joint venture. All personnel deploying to the site, or involved domestically with procurement of Controlled Access Area materials, must possess a Secret or Top Secret personnel security clearance issued by DSS. DOS will not sponsor any firm for a facility clearance or facility clearance upgrade to TS for this solicitation due to performance time constraints. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. A DD Form 254 will be issued to the selected offeror. Firms may be required to submit supplemental documentation and /or submit to a telephone interview in support of additional verification and insight into the firm’s capabilities. Examples may include, but are not limited to the following: significance of firm’s recent projects to DOS projects; response to written questions pertaining to state of the art in construction services; firm’s organizational and administrative structure and regional offices; philosophy/involvement of principal in charge; QA/QC procedures and protocol. The tentative date to release the Request for Proposal in response to this Announcement is March 9, 2010. Point of Contact Rakesh N. Shah Contract Specialist, A/LM/AQM/FDCD/CON Tel: 703-875-6009 Email: shahrn@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0013/listing.html)
 
Record
SN02054206-W 20100203/100201234615-1c83da4e878c489a7a3754bfc35807b5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.