Inactive
Notice ID:PAHNES-20-P-0000-003483
24 January 22 - Solicitation W912DY-21-R-0002 was posted to SAM.gov on 7 December 2021. In accordance with the solicitation, questions were required to be submitted no later than 2:00 pm Central Time,...
24 January 22 - Solicitation W912DY-21-R-0002 was posted to SAM.gov on 7 December 2021. In accordance with the solicitation, questions were required to be submitted no later than 2:00 pm Central Time, 22 December 2021 at https://projnet.org/projnet, using inquiry key IHVECY-E35JV8. No extension is being made for the submission of inquiries. To ensure responses are disseminated, the PROJNET inquiry report is posted today to SAM.Gov. Responses are provides for all questions that were posted after the release of the official solicitation and prior to the questions due date and time. Any questions posted to PROJET prior to 7 Dec 21 will not be answered. No additional responses will be provided. 21 JAN 22 - Amendment 0003 - The purpose of this amendment is to: Provide the final Government responses to questions received via PROJNET; provide revised Attachment 3 - Small Business Participation Plan Template; provide revised Attachment 6 -sample task order PWS revision, dated 18 January 2022; and provide revisions within Section A, Section M, L, and Section M. 14 JAN 22 - Amendment 0002 - The purpose of this amendment is to: Remove DFARS Clause 252.223-7999 (Dev) - Ensuring Adequate COVID-19 Safety Protocol for Federal Contractors (Deviation 2021-O0009) dated October 2021; and remove the language within PWS para 5.6.1; provide partial Government responses to questions received via PROJNET; provide revised Attachment 1a, Attachment 1b, Attachment 6 - sample task order PWS revision, dated 6 January 2022, and provide revised Attachment 5 - ESS Sample Draw ings. 7 JAN 22 - Amendment 0001 - The purpose of this amendment is to extend the proposal due date from 14 January 2022 to 4 February 2022, 2:00 pm CST. All other terms and conditions remain unchanged at this time. The U.S. Army Engineering and Support Center, Huntsville intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract(s) to both other than small and small businesses for the Electronic Security Systems VII. The Government intends to award a contract or contracts resulting from this solicitation to all qualifying offerors as stated in FAR 15.304(c)(1)(ii). This requirement will be competed on an unrestricted basis and will result in Multiple Award Task Order Contract (MATOC). The total programmatic capacity for the MATOC is $675 Million for services. All services under this MATOC will be obtained through performance-based firm fixed price (FFP) task orders (TO).