SOLICITATION NOTICE
R -- DTK Support Services - HHM402-10-R-0165
- Notice Date
- 7/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-10-R-0165
- Archive Date
- 9/14/2010
- Point of Contact
- Quentin T. McCoy, Phone: 703-907-1696, Karen Mumford, Phone: 703-907-0760
- E-Mail Address
-
quentin.mccoy@dia.mil, susan.mumford@dia.mil
(quentin.mccoy@dia.mil, susan.mumford@dia.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- HHM402-10-R-0165 DD254 HHM402-10-R-0165 SECTION M - EVALUATION FACTORS FOR AWARD ATTACHMENT L-3 ATTACHMENT L-2 ATTACHMENT L-1 HHM402-10-R-0165 SECTION L - PROPOSAL PREPARATION/SUBMISSION INSTRUCTIONS HHM402-10-R-0165 SF33 The Defense Intelligence Agency has an 8(a) small business set-aside requirement to acquire non-personal services to support the Defense Intelligence Agency, Directorate for MASINT and Technical Collection, Office of Forensic Intelligence, CBRNE Technical Collection Office. The Government intends to award a Firm-Fixed-Priced single award to the responsible 8(a) small business firm whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Per FAR 52.212-2, the Government reserves the right to make award without discussions. Any resultant contract will be for one year with three optional periods that, if exercised, will be exercised via a contract modification. The option periods may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to the availability of funds and/or satisfaction of the contractor's performance under the subject contract. All prospective offers must be certified as an 8(a) small business, have a Commercial And Government Entity (CAGE) code, and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Applications (ORCA) at http://orca.bnp.gov. Those vendors interested in this acquisition must have an existing, valid facility clearance as identified in the DD-254. Interested vendors shall certify that they have the required Facility Clearance and provide the Section L Attachment L-1 - Proposal Intent Response Sheet by 3:00 PM EST on Friday, 13 August 2010. All questions and comments shall be submitted via e-mail to quentin.mccoy@dia.mil and susan.mumford@dia.mil on or before 3:00 PM EST on Friday, 13 August 2010. Proposal submissions are due on or before 12:00 PM(noon) EST on Monday, 30 August 2010. (See Section L for delivery requirements)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-10-R-0165/listing.html)
- Place of Performance
- Address: Washington Metro Area, United States
- Record
- SN02223633-W 20100801/100730234829-38e2f2b070e8f6bf0b7c49e45c63def1 (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 |