MODIFICATION
70 -- Final Set of Questions and Answers.
- Notice Date
- 4/26/2005
- Notice Type
- Modification
- Contracting Office
- ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- S5108A-05-R-0002
- Response Due
- 4/28/2005
- Archive Date
- 6/27/2005
- Point of Contact
- Elizabeth Cloutier, 703-460-1076
- E-Mail Address
-
ACA, ITEC4
(elizabeth.cloutier@eis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is the final set of questions and answers. Final Set of Questions and Answers: 11. Given the need to fill in scope specifics, is it possible to get an extension on the submission deadline? A: Based on feedback received thus far from potential offerors, that is not necessary. Requested Clarification: How many offerers are there? Is it possible to get a list of them? A: There is no way to confirm who or how many responses the Government will receive. The JPMO does not have a current list. 41. Will pricing be determined once the government's testing period is completed, as there are no quantities listed in the solicitation? A: The application will belong to the government after it is developed. Requested Clarification: We do not understand this response. Price is a critical aspect of the proposal. The lack of specificity and quantification in the proposal requires numerous assumptions, making it difficult to price accurately, and for evaluators to easily compare competing proposals. Clarification: The contract will be for development and enterprise license, up to 500 users. 44 Are there specific items that the government requires as part of the requested project plan? A: The project plan will include all major milestones leading up to the delivery for acceptance testing as well as all minor milestones and associated dependencies. A final project plan will be required after contract award. Requested Clarification: As for price, our response will have to be based on numerous assumptions. We will provide the required plan, with the understanding that milestones and associated dependencies may change, contingent on specifications provided at contract award. A: The contract will be for development and enterprise license, up to 500 users. Q1. Based on your answers to questions 42 and 44 in the responses you provided to the questions submitted by potential offerors, you indicated that the delivery to the government is by October 1, 2005 and that the project plan should include all milestones leading up to the delivery for acceptance testing. Based on your responses, is it correct to assume that October 1, 2005 is when your 30-day test and acceptance period begins? Is the 30-day test period based on calendar days or business days? A: Test and acceptance period will begin with the delivery on 01 Oct 05. As previously posted, the test period will not exceed 30 calendar days. The Offeror should plan to spend a significant amount of time with the Joint Program Management office developing this product. Contractor will conduct liaison with Procurement Desktop-Defense in order to ensure SF 44 tool feeds selected information to PD2. Contractor will meet with a joint panel in late June for a product review and critique, with a follow-up panel in mid-August. The focus of the joint panel critiques is for the contractor to receive direct input from service representatives on the finished product. Q2. Will the resultant contract be time and material? If it is not a T&M contract award, please clarify what type of contract you will award the winning offeror? A: The JPMO prefers FFP, but offerors may submit other contract types consistent with FAR Part 12 as part of their proposal. Q3. Will your acceptance be based on price alone or best value? A: Best value. Offerors are encouraged to demonstrate any value-added growth potential of their SF 44 tool. The evaluation criteria listed in the posted requirement is: The SPS JPMO shall use the following evaluation criteria to determine the best value to the Government and Demonstration of value added to the JPMO, including price, specical qualifications, and admistrative costs IAW FAR Part 12. · Product Demonstration and compliance with the Governments requirement · Price · Past Performance - Please provide 3 references for si milar contracts NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABL/DABL01/S5108A-05-R-0002/listing.html)
- Place of Performance
- Address: PEO, EIS, SPS JPMO 4114 Legato Rd. Fairfax VA
- Zip Code: 22033
- Country: US
- Zip Code: 22033
- Record
- SN00796387-F 20050428/050426213627 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |