Federal Bid

Last Updated on 01 Oct 2019 at 8 AM
Solicitation
Lead South dakota

ITES-SW 2

Solicitation ID W52P1J-19-R-0035
Posted Date 31 Jul 2019 at 6 PM
Archive Date 01 Oct 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Lead South dakota United states


Army Contracting Command-Rock Island (ACC-RI), Rock Island, IL has a requirement on behalf of Product Lead Computer Hardware Enterprise Software and Solutions (PL CHESS) for the Information Technology Enterprise Solutions-Software (ITES-SW 2) follow-on.

ITES-SW 2 will support Army, Department of Defense and all Federal Agency enterprise Information Technology (IT) infrastructure and info-structure goals by leveraging Commercial-Off-The-Shelf software products and maintenance in 14 product categories in addition to related incidental services and hardware. These 14 categories align with the major software categories identified by U.S. Army Network Enterprise Technology Command (NETCOM). The software catalogs are Audio & Visual, Business & Finance, Communication, Database, Education, Internet, Modeling & Simulation, Multimedia & Design, NetOps, Office Suite, Operating Systems, Programming & Development, IT Utility & Security, and Specialized. All products and services available under ITES-SW 2 must be commercial in accordance with the definition of commercial items in Federal Acquisition Regulation (FAR) 2.101. and meet the salient characteristics located in the Statement of Work.

It is the intent that this Request for Proposal (RFP) will result in a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contract. The ordering period for this MA IDIQ in totality will be 10 years, which includes a five year base period and five year option.

Awards will be made under FAR Part 12, Acquisition of Commercial Items, in conjunction with the policies and procedures of FAR Part 15, Contracting by Negotiation. Solicitation Terms and Definitions are In Accordance With (IAW) FAR Part 15. Award will be made to ALL qualifying, responsible Offerors who receive an Acceptable rating for all non-cost factors (Technical, Past Performance, and Small Business) and whose prices are determined fair and reasonable. Anticipated Award Date is June 2020.

The RFP will be posted on the FEDBIZOPPS website at HTTP://WWW.FEDBIZOPPS.GOV.

 

Bid Protests Not Available

Similar Past Bids

Lead South dakota 03 Oct 2019 at 7 PM
Location Unknown 26 Mar 2010 at 7 PM
Washington District of columbia 06 Mar 2020 at 4 PM
Washington District of columbia 27 Apr 2016 at 1 PM
Rock island Illinois 21 Nov 2012 at 3 PM

Similar Opportunities

Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)