Point Of Contact Not Available
****ATTENTION**** FORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO: Ms. Sharon Snow, Contract Specialist, email:
[email protected]. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) has a requirement for a Term (level of effort) Cost Plus Fixed Fee (CPFF), best value, contract, to be awarded in September 2012. The period of performance will be for twelve (12) months and one (1) twelve (12) month Option period, and is anticipated to begin 30 September 2012. This contract will support the Intelligence and Information Warfare Directorate (I2WD) Technical Characterization and Exploitation (TC&E) Branch. The Cyber Offensive Operations (CO2) Division delivers emerging research and development technology to the war fighter in response to the Government War on Terrorism requirements. One of the critical missions under the CO2 Division is the characterization and replication support of threats being used against the war fighter. Minimum requirements for this delivery order include, engineering, limited prototyping for exploitation, test and Evaluation, as well as validation on targets of interest. The contractor shall provide program management, engineering and technical support related to a wide range of technologies managed in the I2WD CO2.
The place of performance for efforts under this task order will be at I2WD, Aberdeen Proving Ground (APG); Washington, DC; JIEDDO, Crystal City, VA; CENTCOM, MacDill AFB, FL; SOUTHCOM, Miami, FL; SOCSOUTH, Homestead AFB, FL and the contractor's facility. OCONUS locations to include the CENTCOM, PACOM, and SOUTHCOM Areas of Responsibility (AOR), or as directed by the COCOM leadership.
The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) anticipates issuing the official request for proposal (RFP) on or about 10 August 2012. Offerors will have 30 days to submit proposals after the solicitation has been posted.
All companies who intend to submit a proposal to solicitation W15P7T-12-R-A030 are requested to respond to this synopsis NLT COB 31 July 2012 by e-mail to Sharon Snow, Contract Specialist:
[email protected]. The response shall include:
a. A statement of intent to propose;
b. Confirmation of small business size for NAICS code 541712;
c. DCAA evidence of an adequate accounting system for determining cost applicable to the contract; IAW FAR 16.301-3(a)(1);
d. A statement acknowledging that by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract for services; at least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of their concern; IAW FAR 52.219-14 "LIMITATIONS ON SUBCONTRACTING" as prescribed in FAR 19.508(e) and FAR 19.811-3(e).
Bid Protests Not Available