Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
MODIFICATION

R -- 402 SMXG - Software Engineering and IT Support Services

Notice Date
4/8/2014
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCL3282A001
 
Archive Date
6/30/2014
 
Point of Contact
Benjamin M. Walker, Phone: 478-926-9508
 
E-Mail Address
Benjamin.Walker@robins.af.mil
(Benjamin.Walker@robins.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The purpose of this Solicitation Amendment is to answer questions from interested parties. RFP QUESTION 1: Can you update offerors with a deadline for questions? RFP ANSWER 1: Questions received after 20-April-2014 may not be considered. RFP QUESTION 2: The Labor categories Software Engineer (SE) 2 and SE 3 have a minimum of 2 and 1 years' experience respectively noted as being required. Also SE 4 and 5 only have 2 years. As most increased levels of labor categories typically indicate seniority, can the number of years' experience be verified for these? RFP ANSWER 2: Minimum years of experience as listed in the Labor Matrix are hereby verified. Category titles have been established to designate separate labor categories related to Clearance Levels and/or Education & Experience required and do not necessarily indicate seniority. RFP QUESTION 3: For those labor categories that specify "Security+ or other 8570 certification" is this meant to be other 8570 certifications meeting IAT Level II or above, as this is what Security+ meets? RFP ANSWER 3: Security + CE or higher (CISSP) fills this requirement for DoD 8570. As of right now, personnel, contractor or civilian must hold this industry certification. Network + is below the standard. CISSP is above the standard. Starting after Dec 31, 2014, to fulfill the "DoD 8570 Computing Environment" requirement, system administrators will be required to have some type of training certification (non-official) in the main operating system for which they administer. i.e. they can have completed a Fed VTE or other CBT in say "Solaris 8 or higher" or "Windows Server". RFP QUESTION 4: The TCIR/DART information to be provided in Volume 1 has a limit of 4 pages. Is this total for the prime and any subcontractors, or for each company as a part of our response? RFP ANSWER 4: TCIR/DART information is no more than four pages for each prime, joint venture, and subcontractor. RFP QUESTION 5: With regards to Volume II, the Total Compensation Plan, offerors are to provide information in accordance with FAR 52.222-46. Upon reading this FAR, it states: "Supporting information will include data, such as recognized national and regional compensation surveys and studies of professional, public and private organizations, used in establishing the total compensation structure." In order to provide such surveys or studies, should the offeror include this information in an Appendix? If not, will the included survey count against the 10 page limitation? RFP ANSWER 5: Contractor may reference where the information came from in the Compensation Plan without submitting documents. RFP QUESTION 6: I am working with a small 8a firm and we are interested in bidding on the above cited solicitation. Can you tell me who the current incumbent for this work is? RFP ANSWER 6: Current Incumbent: Peerless Technologies Corporation. RFP QUESTION 7: Can you please clarify if the Top Secret facility clearance is required at time of proposal submission or time of award? RFP ANSWER 7: The Top Secret facility clearance is required at time of proposal submission. RFP QUESTION 8: Just for clarification, a JV coming for an 8(a) firm who has a secret clearance and a JV participant who is not an 8(a) but has a top secret clearance, this is acceptable, correct? RFP ANSWER 8: Yes, so long as the 8(a) participant of the JV performs a significant portion of the contract. The Joint Venture entity will be considered the prime contractor, responsible for performance at the TS/SCI level and below, and will be required to obtain personnel security clearances at the appropriate levels for performance. A currently cleared contractor may sponsor an uncleared company for a facility clearance. IAW DoD 5220.22-M (NISPOM). The 8(a) participant (or the total of all 8(a) participants involved in the Joint Venture) must perform a significant portion of the contract. Since significant portions of this contract will require both Secret and Top Secret/SCI personnel clearances, the 8(a) participant within the joint venture must have clearance at or above the Secret Level at time of award in order to perform a significant portion of this contract upon award. IAW SBA SOP 80 05 3A. RFP QUESTION 9: From one of the previous Q&As, it looked like the award date is anticipated to be May 30th. Is that still the case, or is there a potential for that date to change? RFP ANSWER 9: 30-May-2014 is the anticipated award date for this contract. RFP QUESTION 10: FBO.gov states the solicitation number as: F3QCCL3282A001. The "Standard Form 30" states the solicitation number to be: FA8571-14-R-0002. Could you please identify which one we should use on the cover sheet for each volume? RFP ANSWER 10: Use FA8571‐14‐R‐0002, as listed on the SF 30. RFP QUESTION 11: Per Section L, Page 119: "Air Force Voluntary Protection Program (VPP) requirements are applicable to this acquisition as work on an Air Force installation will be required by contractor employees working 1,000 hours or more in any calendar quarter and the employees are not directly supervised by the Air Force installation. As part of Volume I, for each of the past three (3) calendar years ending with the calendar year immediately prior to the calendar year in which this solicitation is being issued, submit your Total Case Incidence Rates (TCIR) and Day Away, Restricted, and or Transfer Case Rates (DART) for the Standard Industrial Classification System (SIC) code or North American Industrial Classification Systems (NAICS) code for the applicable industry as identified on the face page of this solicitation. If TCIR/DART rates are not maintained, submit comparable insurance rates or compensation injury rates. This VPP information shall be no more than 4 pages. Note: This VPP information pertains to the offeror. If an unpopulated joint venture is formed (a joint venture in which the employees are employed by the joint venture partners and not the joint venture itself), each joint venture partner must submit these rates. Any proposed subcontractor with employees working 1,000 or more hours in any calendar quarter on an Air Force installation whose subcontractor employees are not directly supervised by the Air Force installation must submit these rates as well. For information on TCIR/DART rates, visit the following VPP site: http://www.osha.gov/dcsp/vpp/index.html " We do not maintain DART or TCIR rates. For the statement, "submit comparable insurance rates or compensation injury rates", does this mean to submit/provide a one page "Certificate of Liability Insurance" along with the proposal? If so, who, with what address should we use as the Certificate Holder (if this is the case)? RFP ANSWER 11: If the contractor does not maintain DART or TCIR rates, may submit actual Workers Compensation Rates or the type of Insurance Rates (insurance pool or no fault insurance of workers).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL3282A001/listing.html)
 
Place of Performance
Address: Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN03332748-W 20140410/140409021815-9233dbcc3acd71d7b52035292a95badb (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.