SOLICITATION NOTICE
R -- Question and Answers
- Notice Date
- 6/19/2008
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-08-T-0432
- Response Due
- 6/24/2008
- Archive Date
- 8/23/2008
- Point of Contact
- Tina Lopez, 410-278-0771
- Small Business Set-Aside
- N/A
- Description
- The following vendor questions and government response is provided: Question: Is there a contractor currently performing the work contained within the solicitation? If yes, who is the contractor? Response: TRSG, Inc is currently performing the work contained in the solicitation. Question: The Objectives state Video Teleconference Services is to provide technical support for the DOIM and RDECOM CIO VTC Facilities and for desktop VTC Services. However, the descriptions for the personnel do not appear to include the skill sets necessary for providing VTC support. Which labor category is expected to deliver VTC support? Response: Correction to the original notice. VTC Support is not part of this requirement and is deleted in the objective statement. Question: Please provide a description of the VTC requirements for both the DOIM and RDECOM. How many VTC facilities are supported? How many VTC calls are supported? Which VTC technology is being used? Response: See response above, VTC is not part of this requirement. Question: On average, how many events are photographed per month? Response: Approximately four (4) to eight (8) events per month. Question: Are the Exhibit Specialists required to provide services from design to construction to presentation at events? Response: Exhibits Specialists would be required to provide construction to presentation support at events. Design skills is preferred but not required. Question: Do proposed candidates need to possess a security clearance? If yes, which level? Response: No Security Clearance Required. Appropriate background checks required as stated in the solicitation. Question: Is a separate cost proposal required? Response: Reference FBO advertisement, the evaluation criteria proposal is based on a Technical, Past Performance and Price proposal. Question: The solicitation indicates that ODCs and travel may be required. Is there a specific amount of ODC and travel costs that should be estimated within the cost? Response: ODCs and Travel are reimburseable costs. An estimated amount will be allocated at contract award. Question: Will the resulting contract include any option years? If yes, how many? Response: The period of performance for the resulant contract starts from date of contract award through 30 April 2009. Option provisions are not included in this requirement. Question: The proposal/quote due date is currently June 19, 2008. Given the amount of information required to be submitted will APG consider extending the due date to June 26, Response: Proposal submittals are required by 24 June 2008 at 11:00 AM Eastern Standard Time Question: Please provide annual estimates of all photography products to include sizes, quantities and how many are original products verses copies of the original to properly propose material estimates within our proposal? Response: Not Applicable. Government will provide equipment and supplies within work environments Question: Please provide annual estimates of all graphics products to include sizes, quantities and how many are original products verses copies of the original to properly propose material estimates within our proposal? Response: Not Applicable. Government will provide equipment and supplies within work environments Question: Please provide annual estimates for the number of photography support services for DA Photos, Promotion Packets, Passport/Official ID, Command Photos, Military Exercises, Law Enforcement and Investigation Photography to properly propose material estimates within our proposal? Response: Not Applicable. Government will provide equipment and supplies within work environments Question: Please provide annual estimates and examples of Multimedia Services products and reproductions to properly propose material estimates within our proposal? Response: Not Applicable. Government will provide equipment and supplies within work environments Question: Please provide a Government Furnished Equipment (GFE) list for the contract employees use? Response: Exhibits Specialist work environments include production shop/assembly areas with full-range of construction/power tools and hand equipment (e.g. cutting, sanding, shaping, drilling, routing, engraving, fastening, finishing and packing). Photographer work environments/studio/locations include a full-range of digital photography/multimedia equipment to include professional medium format, high-resolution digital camera back; digital medium volume printer output; handheld DSLR cameras; Adobe PhotoShop. Multimedia services require operations of Macintosh editing suite with Adobe Professional Suite, Final Cut Pro and Studio Six software. Question: Who is the current incumbent? Reponse: TRSG, Inc. Question: What is the current contract number? Response: DABJ05-03-D-0015 Question: What is the current period of performance? Response: The period of perfomance started 26 Sep 2007 and is projected to end 05 Aug 2009. Question: What is the current option total for the current option year for the incumbent contractor? Response: Current Delivery Order issued is less than one year. Question: What is the dollar value of the current or previous contract? Response: Current value is $310,705.00 Question: How many people are full time employees under the current contract? Response: Three (3) Full Time Employees as identified in Solicitation Question: How many people are part time employees under the current contract? Reponse: The contract requirement is for three (3) Full Time Employees to perform the identified tasks. Question: What are the job positions DOL wage determination levels for the current people providing services under the current contract? Response: The DOL Wage determination is: Wage Determination No.: 2005-2247, Revision No.: 6, Date Of Revision: 05/29/2008. The labor categories are entitled Exhibits Specialist and Av/MultiMedia Specialist. Question: Technical Approach and Technical Expertise, section b, requires resume(s) for the dedicated on-site resources. Our organization will hire staff to adequately fulfill the proposed labor rates and labor categories. If employees currently working at the VI facility meet those criteria, we will interview and hire in order to maintain continuity. May we have resumes of all incumbent personnel? If not, we are requesting that the resume requirement be removed from the Technical Approach and Technical Expertise requirement. Response: Resumes of incumbant personnel will not be furnished to proposective offerors. The resume requirement of the solicitation is an evaluation criteria is the basis of determining if vendors proposals are responsive to fulfill the task requirements and examine offerors technical approach.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5a361792968c0fcd27cd4032a0c8442a&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN01596742-W 20080621/080619215746-5a361792968c0fcd27cd4032a0c8442a (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 |