SPECIAL NOTICE
D -- Recovery- Application Support and Operation Services
- Notice Date
- 2/2/2010
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Agriculture, Rural Development, Procurement Management Division, 1400 Independence Ave., S.W., Mail Stop 0741, Washington, District of Columbia, 20250
- ZIP Code
- 20250
- Solicitation Number
- AG-31ME-S-10-1005
- Point of Contact
- Kesha Mumford, Phone: 2026920115, Anthony Wimbush, Phone: 2026920011
- E-Mail Address
-
kesha.mumford@wdc.usda.gov, anthony.wimbush@wdc.usda.gov
(kesha.mumford@wdc.usda.gov, anthony.wimbush@wdc.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Location: Rural Development Office of Chief Information Officer (OCIO) Title: Recovery- Application Support and Operation Services Description(s): THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER GSA SCHEDULE 70 Rural Development (RD) is issuing this competitive Request for Quotation (RFQ) to solicit GSA Schedule 70 contract holders for the purpose of entering into an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to result in individual Task Orders (TO) under the successful firm’s Schedule contract. The resulting task orders awarded may be funded in part or in whole under the American Recovery and Reinvestment Act. The awardee shall comply with the reporting requirements mandated by FAR Subpart 4.15 and FAR clause 52.204-11, American Recovery and reinvestment Act- Reporting Requirements. By reference, FAR Clause 52.204-11, American Recovery and reinvestment Act-reporting requirements, is incorporated in its entirety into this RFQ. The period of performance (POP) for the IDIQ is anticipated to be a base period plus four (4) option periods. The Contractor shall provide services that include all aspects of application software development, maintenance, operations, and support. These services are will be procured under the Recovery and Reinvestment Act of 2009. Award will be based upon overall best value to the Government. The Government anticipates award of Labor Hour (LH) Fixed Price and Firm-Fixed Price (FFP) type contract and task orders. Contractor work performed at St. Louis, MO and Washington, DC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/RD/PMD/AG-31ME-S-10-1005/listing.html)
- Place of Performance
- Address: Contractor work performed at St. Louis, MO and Washington, DC., St. Louis, Missouri, United States
- Record
- SN02055178-W 20100204/100202234751-d8059a45b33b267eeab1d9d16c188f7d (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 |