Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
MODIFICATION

10 -- Chemical, Biological, Radiological, Nuclear, Explosive Professional (CBRNe-PRO) Services (W911W5-10-R-0003) Amendment 0002

Notice Date
9/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-10-R-0003
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Jessica Winn, 434-951-1653
 
E-Mail Address
National Ground Intelligence Center
(jessica.winn@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W911W5-10-R-0003 Amendment 0002 Chemical, Biological, Radiological, Nuclear, Explosive Professional (CBRNe-PRO) Services Revision of Answers to Solicitation Questions Question 1: Pages 5 and 21 of the solicitation indicate that the majority of task orders under the resultant contract will be issued on a CPFF basis. However, section L.3.5.4.3.1 on page 79 states the offeror is to provide Firm Fixed Price labor rates for established labor categories and these rates are to be incorporated in the prospective contract and used by the offeror to prepare cost proposals for subsequent task orders. These statements appear contradictory. Please address the following questions: 1) Will the Government incorporate the requested fixed price labor category rates into the resultant contract? Revised Answer: Contractors are asked to submit a listing of firm fixed price labor rates that will be used for future reference only. Fixed price labor rates will NOT be incorporated into the resultant contract, as annotated in Section L.3.5.4.3.1 on page 79. Labor rates used in the resultant contract shall be cost type. The Sample task order (STO) will reflect cost type labor rates to reasonably represent the work embodied in the overall contract. 2) Will the offeror be required to use the rates to price proposals for prospective CPFF task orders? Revised Answer: No, labor rates used in the resultant contract shall be cost type. 3) Will the offeror be permitted to provide labor category rates for staff that are expected to perform the work required for a CPFF task order opportunity? Answer: Yes Question 11: Regarding security--If an offeror anticipates that a portion of a proposal response will be classified, what is the appropriate transmission method to submit the response? o Will the Government accept classified proposal submissions via Federal Express Priority Overnight service IAW NISPOM 5-403(e), if an offeror is approved by the Defense Security Service to utilize commercial carriers for the transmission of SECRET-level material? o Will the Government accept classified proposal submissions via USPS Express Mail service IAW NISPOM 5-403(b)? Revised Answer: The government will accept classified proposals. Classified proposals should be mailed via Federal Express or USPS mail service to the following address, annotated on page 4 of the solicitation: National Ground Intelligence Center ATTN: IANG-PEM-LOC/ MS 204 Jessica Winn 2055 Boulders Road Charlottesville, VA 22911-8318 All proposals are due Tuesday, 07 September 2010 at 2:00PM. PLEASE NOTE: Hand delivered proposals will NOT be accepted. Due to security procedures, all mail sent to the address provided above must first be processed and scanned at another location prior to entering the National Ground Intelligence Center facility. The U.S. Postal service and other delivery services reroute all mail to the alternate location (1108 Seminole Trail, Suite 395, Charlottesville, VA 22901) for processing, therefore, no proposals can be hand-delivered to the address on page 4. This additional screening process should be factored in to delivery timeframes to ensure packages are received prior to 2:00pm on Tuesday, 07 September.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-10-R-0003/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN02264682-W 20100903/100902000123-e5398dd8ee5ba0d2bef1cb6a7b849731 (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.