Agency: | DEPT OF DEFENSE |
---|---|
State: | Virginia |
Type of Government: | Federal |
Category: |
|
Posted: | Jan 30, 2023 |
Due: | Sep 30, 2022 |
Solicitation No: | W911QY-15-D-0047 |
Publication URL: | To access bid details, please log in. |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
U.S. Army Contracting Command Aberdeen Proving Ground, Belvoir Division modified contract W911QY-15-D-0047 to extend the Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract’s ordering period by one year from 29 January 2023 to 28 January 2024 as well as increase the current contract ceiling by $23,873,090 with Leidos at 1504 Quarry Dr. Edgewood, Maryland to allow for the completion of the remaining AIE-3 fielding requirements. The remaining requirements consist of fielding the AIE-3 configuration baseline to two (2) new Army installations and upgrading twelve (12) Army installations from the AIE-2 version to the AIE-3 configuration baseline. It has been concluded that only Leidos possesses the unique capabilities to rapidly deploy the AIE-3 baseline system. This contract modification was awarded on a sole source basis to Leidos pursuant to the authority of 10 U.S.C. § 3204(b)(B)(ii) and FAR 6.302-1(a)(2)(ii)(B) per J&A Control Number JA-23-BELV-026.
The Government requires AIE-3 be fielded at the remaining Army Prioritized List of Installations to comply with the Office of the Under Secretary of Defense for Intelligence (OUSD(I)) directive, Subject: Plan for Deployment of the Identity Matching Engine for Security and Analysis (IMESA) and Vetting of Individuals, dated 27 August 2018. The continual deployment of AIE to the remaining Army approved Installations is paramount to meeting Section 1069 of Public Law 110-181 that further directed the Secretary of Defense to submit to Congress a plan to expand the use of IMESA's continuous background vetting capability to the lowest tiers and levels of access of DoD Installations and facilities. In accordance with the OUS(I) directive stated above, Services are required to connect to the IMESA architecture at all Installations in the continental United States (CONUS).
Procurements on this contract will be by placement of individual delivery orders. Each delivery order will set forth all requirements, delivery schedule, shipping instructions, and the applicable price. Delivery schedule instructions will be provided in the ensuing solicitation. Early delivery at no additional cost to the Government is encouraged. System deployments are to be approved site list destinations with Inspection at Origin and Acceptance at Destination.
With GovernmentContracts, you can:
Solicitation Header Solicitation Number 24-2628-1JEC Solicitation Type ITB Solicitation Start Date 16-Jan-2024 Solicitation
Henrico County
Bid Due: 8/02/2024
Enterprise Business Management Support Services 2.0 (EMBSS 2.0) Active Contract Opportunity Notice ID
Federal Agency
Bid Due: 10/26/2024
Follow 58=HOUSING SECTION,NIG Active Contract Opportunity Notice ID SPE4A6-24-R-0112 Related Notice Department/Ind. Agency
Federal Agency
Bid Due: 5/23/2024
Views: Current Version ( 17 ) All Versions ( 17 ) Details RFP-58184
State Government of Virginia
Bid Due: 5/01/2024