MODIFICATION
R -- Market Survey for Strategic Service Solutions (S3)
- Notice Date
- 7/31/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- S3MKTSURVEY
- Response Due
- 8/8/2012
- Archive Date
- 10/7/2012
- Point of Contact
- Corey Sadowski, 586-282-9668
- E-Mail Address
-
ACC - Warren (ACC-WRN)(DTA)
(corey.l.sadowski.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Program Executive Offices, Program Managers, and functional organizations of the TACOM LCMC Enterprise are conducting a Market Survey to determine the level of interest among qualified small and large business Contractors in providing White- and Blue-collar services, and Research and Development (R&D) expertise for a planned future acquisition, Strategic Service Solutions (S3). Additional information about S3 can be found by visiting http://contracting.tacom.army.mil/services/S3/S3.htm. If solicited, the procurement will likely be a Multiple Award Task Order, Indefinite Delivery, Indefinite Quantity (MATO IDIQ) contract [see Questionnaire paragraph 4b for a possible deviation to this approach]. The estimated ceiling value of this procurement is approximately $4 Billion, and the specific customers of this acquisition will be Project and Product Managers in both the Program Executive Offices (PEOs) for Combat Support and Combat Service Support (PEO CS&CSS) and for Ground Combat Systems (GCS), along with the U.S. Army Tank Automotive Research, Development, and Engineering Center (TARDEC). Additionally, a few TACOM Life Cycle Material Command (LCMC) Depots and Arsenals are planned customers of S3. Through the results of the market survey, the Government hopes to gain a better understanding of the capabilities of industry companies as potential sources. It should identify both small and large business Contractors who may possess the required technical expertise, corporate experience, and staffing capabilities. The projected period of performance of this program will be eight years, with a five-year ordering period [see Questionnaire paragraph 4a for clarifying information regarding this approach]. For the purposes of this Market Survey, Contractor should assume that approximately 80 percent of the Orders issued will have CONUS performance locations, whereas the remaining 20 percent will have performance locations in CONUS and OCONUS (within the same order) or the requirement will be strictly in OCONUS. The Government does not intend to utilize the General Services Administration (GSA) contract(s)/schedules for S3 requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fa25a590fbf511b64ee18303f7980906)
- Place of Performance
- Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02821375-W 20120802/120731235858-fa25a590fbf511b64ee18303f7980906 (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 |