Responsive Strategic Sourcing for Services (RS3) RFP is days away, says the Army

Army 112On March 11, the Army Contracting Command issued a presolicitation notice (Solicitation Number: W15P7T-15-R-0008) for the Responsive Strategic Sourcing for Services (RS3) requirement. Interested vendors should mark their calendars for late March, when the agency expects to release the RFP.

 This is a PRESOLICITATION notice to publicize the planned solicitation release for the Responsive Strategic Sourcing for Services (RS3) requirement in late March 2015. This is NOT a request for proposals, is NOT an authorization to begin work, and does NOT commit the Government to purchase any services. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of any responses to this notice.

The Army Contracting Command – Aberdeen Proving Ground (ACC-APG) has a requirement to provide knowledge based professional engineering support services for programs with Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) related requirements. Customers may include ACC-APG C4ISR customers, other Program Executive Offices (PEOs) other Department of Defense (DoD) agencies, and other federal agencies with C4ISR-related missions.

The Responsive Strategic Sourcing for Services (RS3) multiple award indefinite-delivery indefinite-quantity (MA IDIQ) contract vehicle will provide services to support a diverse group of organizations that span the spectrum of mission areas for programs with C4ISR related requirements. Areas of support include C4ISR-related requirements for Engineering, Research, Development, Test and Evaluation (RDT&E), Logistics, Acquisition and Strategic Planning, and Education and Training. The anticipated ceiling amount for the RS3 contract, including the optional ordering period, is approximately $37.4 Billion. The anticipated ordering period is five (5) years with one optional five (5) year ordering period. In accordance with Federal Acquisition Regulation (FAR) 52.216-22, contractors may be required to continue services under a task order for up to five years after the expiration of the ordering period. The place of performance will be determined at the individual task order level and may include government sites and/or off site contractor facilities. The place of performance may be CONUS, OCONUS or a combination of CONUS and OCONUS locations to support requirements throughout the world.

This requirement will be procured through full and open competition. All responsible sources may submit a proposal in response to the solicitation when it is issued (NOT this presolicitation notice) which shall be considered by the agency. The anticipated award date is July 29, 2015.

More information is available here.

Source: FedBizOpps