Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2011 FBO #3499
MODIFICATION

R -- Special Communications Enterprise Office Technical Engineering and Analytical Support Services - SCEO amendments 1 through 10

Notice Date
6/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-11-R-0118
 
Archive Date
7/27/2011
 
Point of Contact
Mishelle Miller, Phone: 703-907-2722
 
E-Mail Address
mishelle.miller@dia.mil
(mishelle.miller@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
SCEO amendments 1 through 10 06/22/2011 Amendment 10 Notice and Q&A Notice Amendments 1 through 10 are repeated in the new attachment for ease in reading. Q44. SOW states "Depending of requirements and funding availability the Government may require additional support". Since the "additional" support seems to be contingent on additional funding, please confirm whether or not the Offerors' cost proposals will be evaluated including the costs of the "additional" staff and specified "additional" ODCs and travel? If so, please clarify how these "additional" costs will be evaluated. A44. Please review Sections L and M of the RFP for the evaluation factors. Each proposal will be evaluated, including the costs of additional staff. Costings of ODCs and travel for the purpose of the cost evaluation are provided by the Government and are the same for each offeror. The primary focus on evaluating costs is on current requirements. Q45. Section H of the solicitation includes the following DFARs clauses: H.10 252.225-7023 - Preferences for products or services from Iraq or Afghanistan, H.11 252.225-7024 - Requirement for products or services from Iraq or Afghanistan, and H.12 252.225-7026 - Acquisition restricted to products or services from Iraq or Afghanistan. Given the nature of the products and services to be provided under the resultant contract, it appears that these clauses should not be applicable. Please clarify. A45. It is probable those clauses will not apply. Q46. The pages total to 70 when you add each section, but the total page limit listed at the bottom of the table is 75. It would be useful to know whether 75 is in error, and the total is actually 70. Can please confirm the total page count? A46. My apologies. The pages total 70 and the 75 is in error. Page 95 of 111, L 1.6 should read 70 for the total. Q47. Section M.3 of the RFP states that proposals should address the following topics: "A description of the offeror's plan for stat-up and transition of work for this contract. Elements that may be examined include but are not limited to the following: If required the plan for recruitment and hiring of new personnel, if applicable the timeline for the transitioning of current contractor employees, The plan for processing new and transitioning personnel for required accesses with DIA security, The anticipated transition or overlap time required with incumbent contract personnel." The verbiage of Section M.3 insinuates that there are incumbent personnel to be transitioned, yet Question #2/Answer #2 posted on May 25th states "this is a new effort". Will the Government clarify is there are incumbent personnel to be transitioned, how many, and in what positions they currently serve? This lack of information and clarification puts prospective offerors at an evaluation disadvantage when responding to the RFP. A47. The Government expects all offerors to propose a transition plan and will not dictate the personnel to be proposed. Q48. If there are no incumbent personnel to transition, will the Government consider removing the Section M requirements from the RFP related to transitioning incumbent personnel? A48. See A47. Each offeror should write their own proposal. Q49. SOW 5.2 and 5.4 state the requirement for a total of 5.0 FTE for the Sr. Engineer/SC RF Engineer position. The revised pricing template indicates that there is a total of 5.5 FTE to be bid against the Sr. Engineer/SC RF Engineer position. Is the Government's requirement 5.0 FTE for the Sr. Engineer/SC RF Engineer position in support of SOW paragraphs 5.2 and 5.4 ? A49. Please use the numbers of FTE from the SOW and not the cost worksheet. The error is mine. Q50. Section L.1.13 of the RFP states "For tables, charts, graphs and figures, the text shall be no smaller than 12-point font." Will the Government consider allowing a smaller font size for these items provided that they are still easily legible? A50. Yes, for tables, charts, graphs and figures, an offeror may use a smaller font size than 12 point, provided they are still easily legible. Q51. Is the industry day attendees list available for distribution? If yes, may we request a copy? A51. See A21.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-11-R-0118/listing.html)
 
Place of Performance
Address: National Capitol Region, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN02479666-W 20110624/110622235142-3e21d8f89627dcd725f61cdccf69b8ad (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.