Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SPECIAL NOTICE

99 -- QUESTIONS AND ANSWERS IN RESPONSE TO SYNOPSIS

Notice Date
4/21/2008
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-08-R0018
 
Point of Contact
Vicki Vandermier, Phone: 256-895-1385
 
E-Mail Address
vicki.vandermier@usace.army.mil
 
Description
QUESTIONS AND ANSWERS FOR ACCESS CONTROL POINT A-E SERVICES 1. QUESTION: Under the Submission Requirements of the subject solicitation, it states that the total SF330 shall not xceed 50 pages, including no more than five (5) pages for Section H. It then goes on and states that SecTion H should include the firm's overall design quality management plan as well as estimated percentage of involvement of each firm on the proposal. Traditionally, Section H is where A/E firms specifically address the selection criteria. In particular, for this competition, there are six qualification factors to address here, requiring sufficient space. Our experience is that Section H is the largest part of the SF330, ranging from 17-20 pages. Is it possible that there was an error in limiting Section H to five pages? Could the requirement be revised, removing the limit to Section H, but restricting the overall SF330 to 50 or less pages? 1. ANSWER: Five pages is correct. We are looking for succinct and direct narratives characterizing the qualifications. 2. QUESTION: Is a Security Clearance required for this solicitation? If Yes, what level and will it be a DoD security clearance? 2. ANSWER: Previous work has not required any security clearances. It is not anticipated that any classified information will be disseminated during the course of the contract. 3. QUESTION: Could you tell me if these services are currently being performed by contractors? If so, could you please provide the incumbent names as well as the contract numbers? 3. ANSWER: Shearer and Associates (W912DY-05-D-0022) currently provide programmatic support for ACP however, they do not provide the same services that are required by this contract. To date, the Electronic Security Systems (ESS) and the Facilities Repair and Renewal (FRR) contracts have been used for fulfilling these requirements. Requests for information concerning these contracts must be requested through the Freedom of Information Act point of contact, Lisa Gayman at (256) 895-1107. Contractors for the ESS contracts are as follows: W912DY-05-D-0017 Cirrus Technology Inc. W912DY-05-D-0018 SEI Group Inc. W912DY-05-D-0019 LVW Electronics W912DY-05-D-0020 Government Technical Services, LLC W912DY-05-D-0021 Infotec Systems Corporation W912DY-05-D-0013 Williams Electric Company Inc. W912DY-05-D-0014 Johnson Controls Bldg Sys, LLC W912DY-05-D-0015 Siemens Government Services W912DY-05-D-0016 Northrop Grumman Technical Services Inc. W912DY-05-D-0027 Infotec Systems Corporation (Small Business) W912DY-03-D-0024 Black and Veatch Contractors for the FRR contracts are as follows: W912DY-03-D-0004 RCI, Inc. W912DY-02-D-0035 BMAR & Associates, LLC W912DY-03-D-0006 Vanguard Contractors, LLC W912DY-03-D-0007 Ameresco Solutions, Inc. W912DY-03-D-0005 Global Engineering & Construction, LLC 4. QUESTION: We would like to know if we can find out who were the individuals that held this contract the last time it was available for bid. I would like to know how we can obtain this information under the Freedom of Information Act. 4. ANSWER: See answer to Question #3. 5. QUESTION: The RFP states that you will be selecting 3-5 companies to be part of this contract. Will each company be selected from a separate region, since this will be a nation wide implementation? 5. ANSWER: The market research showed that those proposing would be able to offer national services and the intent is to award to companies on a national rather than regional basis. 6. QUESTION: Will each of the five vendors require exactly the same skills and qualifications to meet all specifications or can each company specialize in a specific area, such as Access controls systems, or Design, etc&? 6. ANSWER: The selected vendors will need to offer a complete skill set sufficient to perform the entire scope of work. The vendor may do this through teaming arrangements, subcontracting, etc. However, in accordance with FAR 52.219-14, for a Small Business set-aside such as this, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 7. QUESTION: Will there be five separate contracts, if five companies are selected or will it be a blanket contract and all five will be allocated a certain amount of work? 7. ANSWER: There will be five separate awards to five companies. The shared capacity between the five awardees will be an estimated $12 million for the base year and options. Task orders will be awarded to the awardees in accordance with FAR 16.505. 8. QUESTION: Can a company respond to part of the RFP where that area may be their specialty or does each company need to meet all requirements based on the RFP? 8. ANSWER: See Answer to Question #6.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eefb745c49ce99d902e8849612230237&tab=core&_cview=1)
 
Record
SN01557743-W 20080423/080421214719-eefb745c49ce99d902e8849612230237 (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.