SOLICITATION NOTICE
R -- DRAFT RFP - PM IS&A Intelligence Application - Weather Operational Effects (WxOE)
- Notice Date
- 10/25/2022 3:44:11 AM
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY22R0022_DRAFT
- Response Due
- 10/27/2022 12:00:00 PM
- Point of Contact
- Meghan C. Whitmore, Rachel L. Moresi
- E-Mail Address
-
meghan.c.whitmore.civ@army.mil, rachel.l.moresi.civ@army.mil
(meghan.c.whitmore.civ@army.mil, rachel.l.moresi.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- **10/25/2022. Any responses are due by the closing of this Draft RFP and will be considered in the final solicitation for the Intel Apps - Weather application anticipated to be released in the near future.** DRAFT Request for Proposal For: Intelligence Systems & Analytics (IS&A) Intelligence Application � Weather Operational Effects (WxOE) Solicitation Number: W56KGY-22-R-0022 A. Executive Summary 1. Description of Item(s) Being Procured: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) has the need to acquire on behalf of Project Manager (PM) Intelligence Systems & Analytics (IS&A), a commercial item that will provide a software-only solution to meet the Weather Operational Effects (WxOE) interoperability, security, training, usability, and data management capabilities. It includes the associated support services, incidental services, and deliverables for the procurement of a commercial item solution to satisfy the WxOE requirements. 2. Program Objective / Needs: The program objectives and needs for this effort are outlined within the Statement of Work (SOW) (Attachment 0001). SOW and Performance Requirements Document (PRD) (Attachment 0002), will be provided upon request to the following: Ms. Meghan C. Whitmore Procuring Contracting Officer E-mail: meghan.c.whitmore.civ@army.mil And Ms. Rachel L. Moresi Contract Specialist E-mail: rachel.l.moresi.civ@army.mil 3. Delivery Schedule: This single award, indefinite delivery, indefinite quantity (IDIQ) contract will have an ordering period consisting of one (1) year base period and four (4) option years. Delivery, schedule, and performance requirements will be reflected in each delivery order issued under the proposed contract, based upon the identified program needs during the contract period of performance. The orders may have option periods. 4. Type of Contract: The Government intends to award a single award IDIQ contract with orders issued on a firm-fixed-price (FFP) basis. The acquisition will be issued as a small business set-aside award in accordance with Federal Acquisition Regulation (FAR) Part 12 and FAR Part 15. The North American industry classification system (NAICS) code is 511210 with a size standard of $38,500,000.00. 5. Format of Contract: The resultant contract will be formatted in accordance with FAR 15.204-1 -- Uniform Contract Format. Orders will be issued with respect to all basic terms and conditions as stated in the base contract, with information as required by FAR 16.505(a)(7). 6. Nature of Work: The scope of this effort is to satisfy the Governments projected need. The security requirements for the base contract are defined in the Department of Defense Contract Security Classification Specification (DD Form 254) available upon request. 7. Unusual / Specific Aspects of the Acquisition: Refer to Sections L and M of this DRAFT solicitation.� 8. Source Selection Methodology: An award will be made based on the best overall (i.e., best value-tradeoff) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three (3) evaluation factors: Technical, Cost/Price, and Past Performance. The weighting and specific details regarding these evaluation factors and source selection methodology can be found in Sections L & M of this solicitation. 9. During the conduct of this acquisition DOD Safe will be utilized by the Government to support the proposal evaluation and source selection process. All exchanges with Offerors will occur with the Procuring Contracting Officer and Contract Specialist. Please refer to Section L of this solicitation for further information. 10. Disclaimer: This Executive Summary has been prepared as an aid to the potential Offerors. The Government has made every attempt to accurately reflect the requirements and information contained in this solicitation. 11. CONTRACT MAXIMUM/MINIMUM TASK ORDER CEILING: The anticipated MAXIMUM contract ceiling under the IS&A Intel Apps Weather Operational Effects acquisition is $22,168,667.02. The cumulative value of the IDIQ contract, which includes all delivery orders issued, shall not exceed $22,168,667.02.� The MINIMUM guaranteed value under this contract is $3,500.00, which shall be obligated on the first delivery order issuance to the awardee at the time of contract award. ***********For the full DRAFT RFP, please refer to the attachment below.***********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a0b1c73e2c734593a9015fb188d8c8b6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06502045-F 20221027/221025230058 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |