Contract Opportunity For Defense Enclave Services (DES)

Defense Information Systems Agency (DISA), Defense Information Technology Contracting Organization (DITCO) National Capital Region (NCR) intends to issue a solicitation for Defense Enclave Services (DES). The DES requirement is anticipated to be a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. FAR 15 procedures and full and open competition will be utilized. DITCO estimates the request for proposal will be released in the late September 2020 timeframe. Anticipated award is expected in the fourth quarter of calendar year 2021. The resultant IDIQ contract is expected to have a multibillion dollar ceiling, with a ten year ordering period consisting of a four-year base period and three (3) two-year option periods.  The IDIQ is anticipated to include firm-fixed-price, Labor Hour, and cost reimbursable contract line item numbers.

The Government is contemplating the manner in which it will conduct pre-solicitation activities with interested parties for this acquisition in light of the coronavirus pandemic.  One such avenue being considered is the use of DoD-specific solutions, e.g., Defense Collaboration Services or Global Video Services.  DoD unique solutions require the use of a common access card with DoD credentials.  Please inform the Government if you do not have a CAC with DoD credentials that would allow access to the aforementioned systems for pre-solicitation activities.

Classification

  • Product Service Code: D318 – IT AND TELECOM- INTEGRATED HARDWARE/SOFTWARE/SERVICES SOLUTIONS, PREDOMINANTLY SERVICES
  • NAICS Code: 541512 – Computer Systems Design Services
  • Place of Performance: Fort George G Meade , MD 20755 USA

FULL details via beta.sam.gov


📌 Check out our RESOURCES page for a sample letter that we use in response to government market research.

NASA: Contract Opportunity for Logistics Management Services

Ames Research Center (ARC) intends to increase the potential contract value by raising the maximum ordering quantity of the Indefinite Delivery/Indefinite Quantity (IDIQ) component of Contract 80ARC017C0001, Logistics Management Services (LMS) with Lockwood Hills Federal LLC on a sole-source basis pursuant to 10 U.S.C. 2304 (c)(1), and FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements.

The LMS contract is a single-award hybrid contract, consisting predominately of a Firm-Fixed-Price (FFP) portion for routine, recurring services (referred to as the “Core”), and a smaller IDIQ portion against which FFP task orders are issued for services within contract scope, but which exceed the regularly scheduled services in the Core.

Contract services include:

  1. Supply management
  2. Equipment management support
  3. Property disposal support
  4. Janitorial services
  5. Refuse and recyclable materials collection, removal, and disposal
  6. Shipping, receiving, mail service center, warehousing and re-distribution
  7. Fleet management services
  8. Reproduction services
  9. Graphics services

The purpose is to increase the maximum contract value by $1,000,000 ($1M) from $5,000,000 to $6,000,000 for the IDIQ portion of the contract. The contract value of the Firm Fixed Price portion remains unchanged. The contract performance period will not be extended and remains the same from June 21st, 2017 through August 15, 2022.  Based upon task orders issued heretofore and the likely surge in requests for janitorial services in response to COVID-related instances, it is imperative that the contract maximum value be increased so as to afford the Government the flexibility to issue additional task orders.

Responses to this notice must be submitted and received not later than Friday, August 31st, 2020 at 12:00 pm PST

Oral communications are not acceptable in response to this notice.

Information about major upcoming ARC procurement actions is available at Federal Business Opportunities website: www.beta.SAM.gov

Contract Opportunity for Electronic Opening Doors Maintenance

The purpose of this notice is to gain knowledge of potential qualified sources and their size classification (service-disabled veteran owned small business, veteran owned small business, Hub Zone, 8(a), small disadvantaged business, small business or large business), relative to NAICS 811219. For a Contractor to be considered one of the above socioeconomic classifications, they MUST conduct at least 51% of the work. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and the size of your business pursuant to the following questions:

  1. Is your business large or small?
  2. If small, does your firm qualify as a small, emerging business?
  3. If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act?
  4. Is your firm a certified Hub Zone firm?
  5. Is your firm a woman-owned or operated business?
  6. Is your firm a certified Service-Disabled Veteran Owned or Veteran Owned Small Business?

If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov).

Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov).

Responses to this notice must be submitted in writing (email or fax) and received not later than August 21, 2020 at 4:00 PM EST

 

Complete details can be checked HERE.