Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
MODIFICATION

R -- The Army Contracting Command New Jersey intends to issue a RFP for eng. support integral to automated test, automatic test equip, test program sets, & test measurement & diagnostic equip required conventional programmatic eng. support.

Notice Date
10/3/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN12RE013
 
Archive Date
1/1/2013
 
Point of Contact
Donald Gurry, 973-724-4267
 
E-Mail Address
ACC - New Jersey
(donald.h.gurry.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W15QKN-12-R-E013 On behalf of Automated Test Systems Division (ASTD) which is part of the Weapons & Software Engineering Center (WSEC) of the US Army Armaments Research, Development & Engineering Center (ARDEC), Picatinny Arsenal, NJ 07806-5000, the Army Contracting Command - New Jersey (ACC-NJ) intends to issue a Request for Proposal for engineering support integral to automated test, automatic test equipment, test program sets, and test measurement and diagnostic equipment to meet the required conventional programmatic engineering support necessary for ARDEC projects. The acquisition approach is to compete this requirement using Full and Open competition. The Government intends to make multiple awards IAW FAR 16.504(c) as a result of the solicitation. The type of contract(s) contemplated is/are Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts with firm fixed price task orders with incidental supplies. The Government will select for award the best value overall written proposal(s) that is/are the most advantageous and represents the best value to the Government. All responsible sources may submit a proposal which shall be considered by the agency. The Government will utilize the policies contained in the Federal Acquisition Regulation (FAR) part 12, Acquisition of Commercial Items (Services). It is anticipated that task orders will be competed, utilizing Fair Opportunity in accordance with FAR 16.505(b)(1), among the offeror(s) who have been awarded IDIQ base contracts. The period of performance includes five one-year ordering periods and will be from the date of award (anticipated in Fiscal Year 2013 (FY13)) through FY18. The minimum program obligation is anticipated to be $50,000.00. The maximum program obligation is anticipated to be $249,000,000.00. NAICS Code is 541330 (Engineering Services). The primary location for the performance of work under this contract is at the contractor's site. A Request for Proposal (RFP) is planned, however, at this time the Government is releasing a draft RFP and is requesting that potential offerors submit all questions, comments, and concerns to the Point of Contacts (POCs) listed below by close of business, Tuesday, 04 September 2012. Please be aware that all submissions will be published and answered in public forum. Points of Contacts: Katherine N. Conklin - Contracting Officer Email Address: katherine.n.conklin.civ@mail.mil Telephone: 973-724-7674 Donald Gurry - Contract Specialist Email Address: donald.h.gurry.civ@mail.mil Telephone: 973-724-4267 Mariah Hazlett - Contract Specialist Email Address: mariah.l.hazlett.civ@mail.mil Telephone: 973-724-2355 Attachments: Instructions, Conditions and Notices to Offerors (Section L) ** Evaluation Factors for Award (Section M) Performance Work Statement (PWS) - Basic Award Performance Work Statement - First Task Order Contract Data Requirements Lists (CDRLs) Attachment A to Performance Work Statement - First Task Order Labor Category Descriptions Past Performance Questionnaire ** The Labor Category and Rate Table referenced in Instructions Conditions and Notices to Offerors (Section L) as being located at Exhibits and Attachments (Section J) Attachment 001 for this Draft Solicitation is located at Instructions to Offerors (Section L), Para. 2. Proposal Files, c. Content Requirements, (iii) Volume 3 Price at the Labor Category and Rate Table.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6b2635397e5850d0a973a9d05bbb3c4)
 
Record
SN02907647-W 20121005/121003234539-c6b2635397e5850d0a973a9d05bbb3c4 (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.