Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
MODIFICATION

D -- Internet Service support

Notice Date
12/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Defense Security Service, Headquarters, 1340 Braddock Place, Alexandria, Virginia, 22314, United States
 
ZIP Code
22314
 
Solicitation Number
HS0021-12-Q-0008
 
Archive Date
12/30/2011
 
Point of Contact
Durba Ray, Phone: 7033259637
 
E-Mail Address
durba.ray@dss.mil
(durba.ray@dss.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of amendment 0003 is to correct the following and respond to potential offerors questions: 1. In page 20 under deliverable schedules in CLIN 0001 sentence" Included with proposal" is deleted. CLIN 0001 Final must be submtted within 15 working days of contract award. 2. Will the Government accept a labor mixture different than that identified on page 24 (Labor Categories and Level of Effort)? For example, will the Government accept the Program Manager performing tasks beyond those identified in 2.1, resulting in that labor category being full-time time equivalent? Ans: Yes, the contractor can submit labor categories different from those identified on page 24, however the minimum education and experience requirements must be met. And yes, the govt will accept proposals for evaluation with the program manager performing tasks in addition to or beyond those mentioned. 2. Page 1, Para 3, Requirement for Submission of Quotations, states that the quotation shall consist of prices, resumes and of the identification of points of contact from whom we will gather information on your experience and past performance. Page 20, Deliverable Schedule, CLIN 0001, Schedule states - Include with proposal submission, Project Management Plan, Schedule, and Metrics. Please clarify if PMP, Schedule, and Metrics are required with proposal submission. Further, if a schedule is required with submission, please identify any requirements for a schedule beyond the seven items listed in the deliverables table. If metrics are required to be submitted with the proposal, please provide what metrics are currently being tracked related to this RFQ so industry may closely align to those metrics. Ans: Offerors are not required to submit Project Management plan, schedule, metrics in Page 20 under deliverable schedule. In CLIN 0001 sentence" Included with proposal". CLIN 0001 Final must be submtted within 15 working days of contract award. 3. Page 30, Para 7.6.1, Clearances, states all contractor personnel including sub contractors assigned must be US citizens and have a minimum of TOP SECRET personnel security clearance based on a National Agency Check with Local Agency Checks and Credit Check (NACLC) or equivalent prior investigation with Secret Periodic Reinvestigations (SPRs) conducted every ten years. Will the Government accept personnel with a SECRET clearance who have had SPRs conducted every ten years? Ans: All contractors personnel or subcontractors must have Top Secret Security clearance in order to perform in this contract and Top Secret facility clearance is a must. See DD254. •1. 4. The Statement of Work indicates that offerors are to provide pricing, key personnel resumes, and points of contact for reference purposes. Instructions for submission of quotations indicate that offerors are to identify and provide POCs for up to two contracts where they have provided similar services. Will the Government please clarify whether information related to relevancy of past performance to specific PWS tasks is to be provided in customer-prepared Questionnaires or directly to DSS by the offeror? Ans: DSS provided Questionnaire must be responded by the offerors customer and the customer must email the responses to DSS directly. 5. The RFP indicates that offerors are to complete Attachment 2, Pricing Schedule, including indication of "labor price and discount offered off their standard GSA schedule pricing including deliverables." Because Attachment 2 does not provide appropriate columns to identify GSA hourly rates, discount percentage, and discounted hourly rates, may offerors provide an alternate format which includes the requirements of Attachment 2 and additional required information? Ans. New column for GSA hourly rate, Discounts, proposed rates be added to attached. •3. 6. Is there an incumbent currently providing these services? Ans. No. There is no incumbent. 7. On Page 7 of the RFP states "Evaluation Factors: DSS will evaluate the contractors' prices, key personnel résumés, labor categories, experiences and past performances." a. Are past performance statements or resumes permitted only from prime contractors or are they also permitted from subcontractors? Ans. From both but it must be submitted by the bidder. b. If a bidder submits 1 of 2 resumes or 1 of 2 past performance statements from a subcontractor, would the subcontractor submissions be evaluated in the same manner that resumes and past performance provided by a prime contractor? Ans. Yes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06bf8ce27e45e4c6a1f6fca77f8aee3b)
 
Place of Performance
Address: CDSE (DSS), 983 Elk Ridge Landing Road, Linthicum, Maryland, 21090, United States
Zip Code: 21090
 
Record
SN02637393-W 20111214/111212234105-06bf8ce27e45e4c6a1f6fca77f8aee3b (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.