Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2018 FBO #5910
SOLICITATION NOTICE

R -- INSCOM G7 Engineering Technical Assistance (ETA) Support - DRAFT-INSCOM G7 ETA PWS

Notice Date
1/26/2018
 
Notice Type
Presolicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Army Contracting Command - ACC - WRN - INSCOM (W911W4)
 
ZIP Code
00000
 
Solicitation Number
W911W4-18-R-0007
 
Point of Contact
Chan D. Has, Phone: 7034284844, Anthony Genao, Phone: 7034284572
 
E-Mail Address
chan.d.has.mil@mail.mil, anthony.genao.civ@mail.mil
(chan.d.has.mil@mail.mil, anthony.genao.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
INSCOM G-7 ETA PWS - DRAFT This is a Pre Solicitation Notice for the United States Army Intelligence and Security Command (INSCOM) G7 Engineering Technical Assistance (ETA) Service Support. This requirement is for Contractor support to INSCOM G-7 Directorate for the following Task areas: System Engineering, Architecture, Analysis, and Integration; Program Support and Planning; Security Engineering and IA Management; Software Verification Testing and Validation; Administrative, Personnel Security and Information Technology Support; and Configuration and Software Management. Please see attached Draft Performance Work Statement (PWS). Period of Performance (PoP): Base Year (12 months) plus four Option Years, with a possible POP start of August 2018. This is not a Solicitation. This is a notice of the Governments intent to procure the services specified below as a 100% small business set aside utilizing NAICS code (541618) - Other Management Consulting Services. The contract will require a TS/SCI security clearance. Request for Proposals (RFP) will be publicized in FBO, date is to be determined. It is the responsibility of potential offerors to monitor the Government wide Point of Entry (FBO) for additional information pertaining to this requirement. All updates will be posted on FBO. No information will be given to individuals contractors. We are seeking information regarding contractor's technical capability and past performance in accomplishing same or similar type work. In your responses, please include your Cage Code, business size, and any socially economic categories. Please limit the page count to 2 pages and outline your company's capabilities in doing work that is the same (size and scope) or similar to work outlined in the DRAFT PWS. You are also allowed 1 page to discuss Past Performance doing the same (size and scope) or similar type work. Please do not submit generic capability briefs. Please submit information to the Primary and Alternate POC listed in this posting. ACC-Warren (INSCOM) will neither award a contract solely on the basis of this notice/RFI, nor pay for any information submitted in response to this RFI. Please ensure to include your company in the interested parties list. Please do not submit proprietary or classified information. Please submit any questions and responses to this posting to the Specialist specified no later than 9 February 2018. This notice/RFI is a request by the Government to collect information to confirm that there are Small Businesses capable of performing/providing Engineering Technical Assistance service supports in accordance with the PWS. Large Business can respond to this message but understand our intent is to award as a small business set aside based on previous market research. Please note that this ETA support requirement have Organizational Conflict of Interest language located in the PWS. PWS Section: 1.6.19 Organizational Conflict of Interest: To avoid an apparent or perceived Organizational Conflict of Interest (OCI), the prime contractor and subcontractor(s) will automatically be disqualified from bidding on or participating in any other efforts supporting HQ INSCOM and all subordinate commands. The disqualification requirement is due to the multiple efforts in this contract that have been determined to be closely related to mission support functions and the fact that selected personnel on this contract may have access to procurement sensitive information, including other vendor's budget execution, Government current-year available funding, and Government programmed funding for the Command's future year Program Objective Memorandums (POMs). 1.6.19.1 The contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCI as defined in FAR Subpart 9.5.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0f54d46f2614e05375758fce3f55c289)
 
Place of Performance
Address: The Principal place of performance for work performed on this contract will be at INSCOM Headquarters on Fort Belvoir, contractor facilities in and around the National Capital Region (NCR) at Government facilities near Fort Belvoir, VA, Fort Bragg, NC, and Fort Meade, MD, Fort Gordon GA and potentially OCONUS sites., Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04801166-W 20180128/180126230955-0f54d46f2614e05375758fce3f55c289 (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.