Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
MODIFICATION

R -- Deployment Logistical Support

Notice Date
7/20/2007
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003, UNITED STATES
 
ZIP Code
20816-5003
 
Solicitation Number
HM157607R0001
 
Response Due
7/30/2007
 
Archive Date
8/14/2007
 
Point of Contact
Fay Peiffer, Contract Specialist, Phone 301-227-7054, Fax 301-227-5759,
 
E-Mail Address
fay.j.peiffer@nga.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to respond to questions and to modify L.5 of the RFP and paragraph 4.3.5 of the SOW. 1. Following are the questions and answers: QUESTION: Can the Program Manager responsibility be an additional duty assigned to one of the DLS key personnel? ANSWER: Yes QUESTION: Table L.5-1 Proposal Format Summary states a 25 page limit for Volume 7 ? Task Order and Section L.10 Request for Task Order Proposals identifies the following page limits: Technical and Management (10 pages), Requirements Trace and Skill Capability Matrix (5 pages), Resumes (2 pages per resume ? there will be eight (8) resumes for a total of 16 pages), and Price (no page limit). These two sections provide different instructions for proposal page limits in response to the Task Order ? can the Government please clarify? ANSWER: We will modify the L.5 Volume 7 instructions to read: 31 page limit (including resumes). QUESTION: Are we to provide the task order pricing in both Volume IV ? Price and within Volume VII ? Task Order? ANSWER: Volume IV should provide the rates and supporting data for the base year and option years for the labor categories defined in the SOW. Volume VII should apply those rates and any other anticipated costs (ODCs, etc) to provide an anticipated cost for Task Order 1. QUESTION: When are the Past Performance Questionnaires (Exhibit 2) due back to the Government? We want to give our clients ample time to complete and respond accordingly. ANSWER: Past Performance Questionnaires are due back on 30 July 2007 QUESTION: Section H.9 Insurance states ?(d) Aircraft public and passenger liability when aircraft are used in connection with performing the contract: $200,000 per person and $500,000 per occurrence for bodily injury other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability and bodily injury shall be $200,000 multiplied by the number of seats or passengers, whichever is greater.? Is this applicable to the work outlined in the SOW? Please confirm that this will be an insurance requirement under this contract. ANSWER: For Task Order 1, the insurance required in H.9 is only required for the one (1) FTE working within NGA facilities within the Metropolitan Washington, D.C. area. This clause does not apply to individuals working overseas. QUESTION: Section 4.3.5 Government Furnished Property Inventory of the SOW states ?The records shall be made available whenever requested by the CO or COR. Government property record keeping shall be in accordance with FAR 31.2-14.1.? We can not find this FAR reference ? the numbering scheme in the FAR within Section 31 is different. ANSWER: We will modify SOW paragraph 4.3.5 to state: "The records shall be made available whenever requested by the CO or COR. Government property record keeping shall be in accordance with FAR 52.245-1(f)(iii).? QUESTION: In regards to the Exhibit 2 Past Performance Questionnaire does Item Description refer to what items are being provided under the FSC or refer to the Services we provide? ANSWER: Item Description refers to the Services provided. QUESTION: In regards to the Exhibit 2 Past Performance Questionnaire what is the DOD Business Sector Services? Is this a description of services that we provide? ANSWER: There are four key business sectors: Systems, Services, Information Technology, and Operations Support. In this case, the survey was completed in advance with SERVICES. QUESTION: In regards to the Exhibit 2 Past Performance Questionnaire What is assessment type? Could you please clarify? ANSWER: This will depend on the customer completing the survey. If your contract with that customer is complete, it should be a FINAL assessment. Otherwise, it will be an INTERIM assessment. QUESTION: In regards to the Exhibit 2 Past Performance Questionnaire Can we provide Questionnaires to other customers (who we are providing similar support) that we have not included in the Volume IV Past Performance 10 page limit? ANSWER: Yes QUESTION: The DD 254 states that the Facility Clearance Required is TOP SECRET and the Level of Safeguarding Required is TOP SECRET. We currently have a SECRET Facility Clearance. Will NGA sponsor the contractor for the TS Facility Clearance? ANSWER: The DD254 is being amended. Block 1.a. and 1.b. will both state SECRET. QUESTION: Does the fly America act apply to the travelers? ANSWER: Yes QUESTION: Will R and R transportation be covered under the contract? ANSWER: No QUESTION: Will all travel be at economy fare or will business class be allowed under any circumstances? ANSWER: The COR must approve exceptions to the Joint Travel Regulation QUESTION: Will non refundable air tickets be an option or will refundable tickets that have no penalty for canceling or changing be the requirement? ANSWER: Non-Refundable airline tickets will be an option QUESTION: Is there a specified vacation schedule? ANSWER: No QUESTION: Table L.5-1 of the RFP pg 43, shows 2 CD-ROM for each volume of the proposal. Do we need to have two CD ROMs for each volume individually, or do we need two CD copies of the entire proposal? ANSWER: Two CD-ROM disk for each volume of the proposal. QUESTION: Does the Government provide Security in all locations where we are posted? ANSWER: Yes QUESTION: RFP Section L.8 (e) Volume IV - Past Performance (1) Contract Information (e) Names/telephone numbers of the Contracting Officer, Contracting Officer's Technical Representative and Program Manager. Is the Program Manager referring to the Offeror's program manager for that contract or is this referring to the Government's program manager? ANSWER: This bullet is requesting Government points of contact - so this request is for the Government program manager. QUESTION: RFP Section L.8 (e) Volume IV - Past Performance (1) Contract Information (k) The original contract price, the (projected) final contract price, the amount of the price increase due to changes, the amount of any overruns or any under-runs. (a) Does the original contract price = the base year price only? (b) Does the (projected) final contract price = base year + options + any MODs? (c) Does the amount of the price increase due to changes = MODs? ANSWER: (a) Base year plus priced options (b) Yes ( c) The price may increase due to contract modifications and/or cost overruns or underruns (if a cost reimburseable contract) - this breakout needs to be identified. QUESTION: Where are the CONUS points of embarkation? ANSWER: Primarily, Milair shipments depart from Dover AFB. QUESTION: Is the cargo moving on milair, existing commercial contracts, or a combination? ANSWER: A combination. QUESTION: If none of the above, does the Government want the Contractor to book and route the freight from origin to destination? ANSWER: Yes QUESTION: Will the Contractor be able to use a commercial invoice at the item level? ANSWER: Yes QUESTION: Where are the deconsolidation points at destination (e.g. at the POE or at an inland cross-docking facility)? ANSWER: Al Udeid, Air Force Base, Qatar QUESTION: Related to the question above, is the level of in-transit visibility required at item or pallet level? ANSWER: Item Level QUESTION: Is pricing in the RFP response for labor only, and at what point does the Government want the Contractor to submit freight rates? ANSWER: Pricing in the RFP is for labor only. 2. Change to RFP: Table L.5-1 Volume 7 is changed from a page limit of 25 pages to a page limit of 31 pages. 3. Change to SOW: Paragraph 4.3.5 of the SOW is changed to read: 4.3.5 Government Furnished Property Inventory. The records shall be made available whenever requested by the CO or COR. Government property record keeping shall be in accordance with FAR 52.245-1(f)(iii). END OF AMENDMENT NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUL-2007); 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.fbo.gov/spg/ODA/NIMA/PCWD-6/HM157607R0001/listing.html)
 
Place of Performance
Address: The logistical products and services provided are not limited to any particular geographical location and may be performed globally.
Zip Code: 20816
Country: UNITED STATES
 
Record
SN01348742-F 20070722/070720232145 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.