SOLICITATION NOTICE
R -- Department of Homeland Security (DHS) Science and Technology (S&T) RDT&E Systems Engineering and Technical Assistance (SETA) Support Acquisition Strategy
- Notice Date
- 2/24/2012
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-12-R-00033
- Point of Contact
- Carolyn A. Smith, Phone: 2022546843
- E-Mail Address
-
Carolyn.A.Smith1@dhs.gov
(Carolyn.A.Smith1@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a pre-solicitation notice in accordance with FAR 5.203(a). The Directorate of Science and Technology (S&T) within the Department of Homeland Security has a requirement to procure the full range of services currently acquired through a single award S&T SETA Blanket Purchase Agreement (BPA). The Government intends to use a three pronged approach to procure the services. The Government will procure (1) clerical and administrative support using the DHS Program Management, Administrative, Clerical and Technical Services (PACTS) contract ; (2) Finance, and Research, Development, Test and Evaluation (RDT&E) program and project management support using the DHS Technical, Acquisition and Business Support Services (TABSS) contract; and (3) higher level technical and expert services necessary to support the RDT&E mission across the threat spectrum required by the Homeland Security Advanced Research Projects Agency (HSARPA) and other S&T Programs through a multiple-award RDT&E SETA IDIQ contract. Accordingly, the Government intends to conduct a FAR PART 15 unrestricted competition to award 2-5 RDT&E SETA Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The objective of the procurement will be to obtain professional scientific and technological expert services to assist in the integrated planning, management, and execution of scientific research and technology development in support of S&T's missions, functions, and objectives. The maximum cumulative ceiling value of the RDT&E S&T SETA multiple award IDIQ contracts will be $236 million. The RDT&E S&T SETA multiple award IDIQ contracts will allow for task orders to be competed among the IDIQ holders and awarded using a variety of pricing arrangements to include Cost Plus Incentive Fee; Cost Plus Fixed Fee; Cost Reimbursement; T&M; FFP, Fixed Price Incentive Fee; or Cost Plus Award Fee Agreements. The RDT&E S&T SETA multiple award IDIQ contracts will specify a 5-Year Ordering Period. Task Order performance however, may continue after the ordering period for an additional two years. The work under the IDIQ contracts may be performed at a government site or at a contractor site, as specified in the individual task orders. All qualified business concerns may submit offers. Proposals from large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The government's projected time table for this acquisition is as follows: • Draft RFP issued via FBO on or about 3/26/12 • Pre-proposal conference on or about 4/9/12 • Final RFP issued via FBO on or about 4/26/12 • Award on or about 10/4/12 The solicitation and all correspondence related to the solicitation will be posted on the Federal Business Opportunities (FBO) website (http://www.fbo.gov). Hard copies of the solicitation will not be available. Please forward all questions to S&TIDIQ@hq.dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-R-00033/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02682230-W 20120226/120224234504-2643c16920ebd6e565d986b45a36b33a (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 |