Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2016 FBO #5231
MODIFICATION

R -- Central Technical Support Facility (CTSF) Site Support Services - Questions and Answers Vol. 2

Notice Date
3/18/2016
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-16-R0026
 
Archive Date
4/25/2016
 
Point of Contact
Anthony J. Rasa, Phone: 4438615390, Johnna E. Frantz, Phone: 4438615384
 
E-Mail Address
anthony.j.rasa.civ@mail.mil, johnna.e.frantz.civ@mail.mil
(anthony.j.rasa.civ@mail.mil, johnna.e.frantz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers Volume 2, posted March 18, 2016. ***MARCH 18, 2016 Questions and Answers Volume 2 has been posted.*** The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) has a requirement for facility support services at the CECOM LCMC Central Technical Support Facility (CTSF) and CECOM Install Yard at Fort Hood, Texas. The CTSF is responsible for three (3) primary missions: Army Interoperability Certification (AIC) Testing, Configuration Management (CM) of the Army's LandWarNet (LWN) Mission Command software baselines, and providing technical engineering support to System of Systems Engineering, Information Awareness (IA) and Information Technology (IT) efforts as directed. The application of the processes and procedures needed to execute these roles on Army LWN systems are also used, as directed, on Joint systems, often within a Coalition Environment. Contractor-provided site support operations to provide turnkey infrastructure support (to include physical security and access control, custodial services, facility maintenance, and logistics planning/implementing/accountability functions). The skills and knowledge required are in the following areas: security specialists, custodial services, maintenance, supply/logistics, and shipping/receiving. Contractor attendance required for all Department of Defense (DoD), Department of the Army (DA) & Communications-Electronics Command (CECOM) Directed Mandatory Training. The requirements established shall cover a minimal total area of 120,960 SQF and a maximum of 158,564 SQF at contract award. The total area of the CTSF is 120,960 SQF and the total area of the Install Yard is 37,604 SQF. These services are required in the Continental United States (CONUS) at Fort Hood, Texas. The period of performance is a base period of three (3) years with two (2) six-month option periods. This procurement is a restricted Total Small Business Set-Aside. The North American Industry Classification System Code (NAICS) Code is 561210, with a size standard of $38.50 million. The Government intends to award this as a Total Small Business Set-Aside Cost Plus Fixed Fee (CPFF) and Cost Reimbursement (No Fee) definitive contract utilizing the Lowest Priced Technically Acceptable (LPTA) process in accordance with FAR Part 15. Per FAR Part 19, the Government will only consider proposals submitted from responsible Small Business offerors. The RFP will be provided in electronic format only via this solicitation, free of charge, in accordance with FAR 4.502(a), 5.102(a), and 15.203(c). Hardcopies will not be provided. All questions resulting from the RFP will be submitted via e-mail to johnna.e.frantz.civ@mail.mil and anthony.j.rasa.civ@mial.mil no later thanTuesday, 08 MARCH 2016 at 1600 hours EST. Proposals shall be submitted via the Federal Business Opportunities page no later than Friday, 25 MARCH 2016 at 1400 hours EST. In order to be considered for award, offerors are required to have a current profile at the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ The contractor will be required to have a SECRET facility clearance with no safeguarding capability. Selected contractor staff will require For Official Use Only (FOUO) information. Additional Operations Security (OPSEC) requirements to the National Industrial Security Program Operating Manual (NISPOM) are in effect.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c6e83928eeda79040bad51e90dedc53)
 
Place of Performance
Address: 53rd Street and Murphy Road, FT HOOD, Texas, 76544, United States
Zip Code: 76544
 
Record
SN04055068-W 20160320/160318234801-9c6e83928eeda79040bad51e90dedc53 (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.