MODIFICATION
D -- TOTAL FORCE STRUCTURE MANAGEMENT SYSTEM (TFSMS INCREMENT II)
- Notice Date
- 7/7/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785410R4828
- Response Due
- 7/9/2010
- Archive Date
- 7/24/2010
- Point of Contact
- Vicki Whiteman 703-784-3184 Vicki Whiteman, Vicki.whiteman@usmc.mil; (703) 784-3184
- Small Business Set-Aside
- N/A
- Description
- Amendment Two - Request for Information (RFI)M67854-10-R-4828 Additional Industry posted questions to the subject RFI and associated answers. Q1. Sources Sought Notice Section 2.2 and Purpose and Statement of Objectives for TFSMS Section 9.0: Indicates an IDIQ with a base year and five option years and the award of initial task orders. Is it the intent of the Government to receive a ROM for all 6 years or only for the initial Task Order awards as indicated in the Statement of Objectives under Section 9.0 INITIAL TASK ORDERS?A1. Any RFP resulting from this RFI is anticipated to be a total of 5 years (with options). The ROM should include just those Task Orders in Section 9.0 Q2. Is it the intent of the government to receive information that is related to Section 3.0 of the Statement of Objectives, or is this a reference to Section 3 of the RFI instructions?A2. The RFI Section 3.0 pertains to the entire SOO. Q3. Technical Response (ROM) - Is the desire to have the ROM in hours or dollars? A3. The cost is an important aspect in the technical evaluation as is the supporting detail arriving at the cost ROM. The ROM should be in hours (which ensures we are conveying the correct expected level of effort) and in dollars. Q4. If a deficiency is identified in the SOO as part of the technical response, should any associated costs be included in the ROM?A4. The deficiency should be identified and associated costs for the deficiency clearly provided. Q5. What level of detail is required for the ROM response? Is pricing at the task order level for the proposed initial task orders and POPs sufficient?A5. It would be extremely helpful to provide a ROM to the 2nd or 3rd level down (e.g., work breakdown structure) to help us ensure we are conveying the correct expected level of effort. Q6. The deliverables list includes a DID for the CPR. This report has five formats and typically two are required and 3 are optional. Which formats will be required?A6. It is envisioned formats 1, 2 and 5 will be required. Q7. What is the anticipated place of performance?A7. Development, testing and eventually COOP will be at the Contractor's facility while Production is in Diamond Hall, Marine Corps Base, Quantico. Q8. In Section 3.4 of the RFI requirements, it is stated that we should provide information in response to Section 3.0 of this RFI. Section 3.0 does not appear to be the correct section. Please clarify which section should be referenced.A8. Section 3.4 is a part of Section 3.0. Section 3.0 addresses the due date, the format of the response, response requirements and the technical response requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410R4828/listing.html)
- Record
- SN02198885-W 20100709/100707235502-823b22b9fd96b8c6b419198e43c2d72e (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 |