Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

R -- Biometrics Operations and Support Services Restricted (BOSS-R) RFP - 3rd Set of Questions and Responses

Notice Date
8/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-08-R-0033
 
Response Due
8/22/2008
 
Archive Date
10/21/2008
 
Point of Contact
William L. Giles, 703-325-5770<br />
 
Small Business Set-Aside
Total Small Business
 
Description
BOSS-R Questions (3rd Set) Question 1: Subject: RFP No. W91QUZ-08-R-0033 Reference: RFP Section L, Paragraph(s) _L.1___, Page(s) _58__ Id like to confirm that delivering the proposal package in person (versus mail) is acceptable. Response 1: The Government prefers to receive submissions by mail. If that is not possible please make arrangements via e-mail to william.L.giles@us.army.mil to deliver in person. Question 2: Subject: RFP No. W91QUZ-08-R-0033 Reference: RFP Section L__, Paragraph(s) _L.2.3__, Page(s) 63___ Could you please provide a more detailed explanation of what is meant by para L.2.3 (4) which discusses Program Management Support Cost and their incorporation into the labor rates? I want to be sure I address and price this appropriately. Response 2: The language in L.2.3.4 describes the difference between the attribution of cost for a Contract Level Program Manager and a Task Order Program Manager/Project Manager. The Task Order Program Manager should be a direct cost to the Task Order whereas the Contract Program Manager is not. Question 3 Subject: RFP No. W91QUZ-08-R-0033 Reference: RFP Section J-4, Page(s) 1-6. In reference to the second file named Section J-4 Pricing Table released with Amendment A0002, we request further clarification be given. We request or recommend the second Section J-4 file be deleted as it appears to be a duplicate of the first file labeled 'Section J-4 Pricing Table'. Response 3: There was a text box to provide OCONUS Pricing Methodology in the original J-4 Pricing table that was at the very bottom of the document. This text box didnt apply and thus was removed. Question 4: Subject: RFP No. W91QUZ-08-R-0033 Reference: Questions #1 posted 23 July 2008, Response #3 to Question #3, RFP Section A and Section K and Reference: Questions #3 posted 8 August 2008, Response #10 to Question #10, RFP Section A and Section K. In reference to, It should be submitted along with your proposal and should not be a part of the volumes. and Sections A and K should be submitted with the proposal, but not as part of the volumes, we request further clarification be given. We request or recommend Section A and Section K be included in the front portion of Volume III: Price to avoid loose sheets of paper being submitted with the hard binders and CDs. If not, please advise preferred method of including within the submittal box yet outside of the binders. If bidders have current certs. & reps. in ORCA, is that sufficient for section K requirements? Response 4: Offerors can submit Sections A and K in the front of Volumes I or III, but not as part of the Volume. The reps and certs wont count against the volume page limit. If Offerors have certs and reps in ORCA, Section K is not required. Question 5: Subject: RFP No. W91QUZ-08-R-0033 Reference: RFP Section L, Paragraph(s) 1.3.a and 1.3.d, Page(s) 57-59 and Reference: Questions #3 posted 8 August 2008, Response #11 to Question #11, file formats. In reference to Digital files shall be submitted on CD ROMs using Microsoft (MS) Office 2000 (or greater) files (Microsoft Word (.doc) files, and Microsoft Excel (.xls) files) as defined in the table below. and Each Volume shall use the file name and be of the type indicated by the file extension below. and XXXX_BOSSR_V1.doc, XXXX_BOSSR_V2.doc, and XXXX_BOSSR_V3.doc as shown in table under 2nd column, heading 'File Name' and Submit files in the format as stated in the Section L instructions, we request further clarification be given. If the government prefers to have J-5 submitted electronically as an excel file, we request or recommend Volume III file name include an entry to accommodate 'XXXX_BOSSR_V3.xls. Response 5: You can submit J-5 as an excel file. Question 6: Subject: RFP No. W91QUZ-08-R-0033 Reference: RFP Section C, Paragraph(s) 2.2 and 2.6, Page(s) 7. In reference to Section C.2.2 and C.2.6, we request further clarification be given. We request or recommend Section C.2.6 be adjusted to reflect correct numbering of C.2.3. Response 6: Additional language for Sections C.2.2 and C.2.6 will not be provided at this time. Section C.2.6 should be numbered C.2.3. Question 7: We have a question about the BOSS-R solicitation W91QUZ008R033. In section L.2.2.2 Part 2 Management Approach bulleted item (i) The proposed approach to EVMS; and. Our question is would the government explain the acronym EVMS. Response 7: Earned Value Management System Question 8: Will successful bidders be able to add additional labor categories after contract award? Response 8: Section B.3.1.3(b) State, At any time and throughout the life of the contract, at the request of either the Contractor or the Government, the Contractor may propose additional labor categories, rates and descriptions in addition to the Government labor categories. Question 9: Reference: RFP Section L.2.2.3__, Paragraph(s) ____, Page(s) ____ & Advisory Multi-Step Notification 5.3.2 The RFP and the Advisory Multi-Step Notification identify different outlines and page counts for past performance submissions. Which takes precedence for submittal instructions as it relates to the Past Performance descriptions: the RFP No. W91QUZ-08-R-0033 dated 7 May 2008 OR Advisory Multi-Step Notification document? Response 9: Proposals should be based on the Request for Proposal. There have been two amendments to the RFP. Amendment 2 is the most current version of the RFP. Question 10: Reference: RFP Section N/A_, Paragraph(s) _ N/A _, Page(s) N/A _ The RFP does not address place of performance. As this will affect personnel and logistical resources as well as management approach, please identify work locations for the performance of this work. Response 10: The place of performance will be set forth in the Task Orders. It is planned that various DoD and other Government Agencies will utilize the BOSS-R contract. Consequently, the place of performance will depend on the Requiring Activity. Question 11: Reference: RFP Section L.2.2.3__, Paragraph(s) _(e)___, Page(s) _61___ Government contract administration activity: what type of activity other than contract administration is being requested? We understand the terms Contracting Officer, and Contracting Officers Technical Representative, however, Administrative Contracting Officer as a separate entity other than the COR/COTR is not familiar to our team. What is an Administrative Contracting Officer? How do we provide this as we are Subs on the Past Performance we plan to submit. Response 11: The Administrative Contracting Officer (ACO) is the KO that administers the contract after award and the Procuring Contracting Officer is the (PCO), or KO that develops the solicitation and awards the contract. Most Often these are one and the same. Question 12: Reference: RFP Section L.2.2.3__, Paragraph(s) _(f)___, Page(s) _61___ Please advise the definition of a pre-award monitor? If its the same person we submitted our original proposal to, thats already addressed in section (c): Procuring Contracting Officers name & address. In the case where we are the Subs, we did not submit to either the Procuring Contracting Officer, nor do we know who the Pre-Award Monitor is. Response 12: Please refer to Amendment A0002 to the RFP. This language has been removed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2149198e7c6c1da891c03cf160ec5935&tab=core&_cview=1)
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA<br />
Zip Code: 22331-0700<br />
 
Record
SN01643858-W 20080820/080818221931-2149198e7c6c1da891c03cf160ec5935 (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.