Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
MODIFICATION

R -- Ready Relevant Learning (RRL)

Notice Date
1/9/2024 11:53:39 AM
 
Notice Type
Solicitation
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
 
ZIP Code
32212-0097
 
Solicitation Number
N6883624Q0008A0002
 
Response Due
1/19/2024 9:00:00 AM
 
Archive Date
01/20/2024
 
Point of Contact
Joseph Tolbert, Phone: 9043738084
 
E-Mail Address
joseph.d.tolbert.civ@us.navy.mil
(joseph.d.tolbert.civ@us.navy.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Amendment 002 is to answer industry's question.� Part 4.1 of the PWS states the Government will provide equipment, utilities, materials, and facilities, etc. Part 1 and Part 5 states the Contractor will provide these. Can the Government state specifically what equipment / instruments/ materials/ supplies / facilities, if any, are offerors required to provide for this contract? Answer: �The government shall amend PWS Part 5.1.1. to clarify that the Contractor shall provide all labor, supervision, transportation, vehicles, supplies, equipment, material, facilities, and services not listed in Part 4. The government shall only furnish the property, equipment, and services listed in Part 4.�� Moreover, if any, recommend the Government allow for ODCs within the pricing quote. If none are required, recommend the Government remove �transportation, vehicles, supplies, equipment, materials, facilities, etc.� from this statement in all applicable sections. Answer: The Government will not alter the existing CLIN structure. Were sections 2.5 and 2.6 of the PWS Part 2 left out intentionally? Answer: There are no sections 2.5 or 2.6. The Government will revised this typo. Can the Government confirm that a link will be posted to this SAM solicitation that provides access to an electronic exchange portal where vendors can easily submit all volumes? Otherwise, recommend that the Government accept offers through email to the CS/KO. Answer: Yes, quotes may be received by email to the Contract Specialist Joseph Tolbert at joseph.d.tolbert.civ@us.mil and the Contracting Officer Rolondo Turner at Rolondo.r.turner.civ@us.navy.mil. Are offerors permitted to include a TOC, Compliance Matrix, and List of Tables & Figures within each volume and is the page count limit exclusive of all? Answer: A table of contents and list of tables can be excluded from the page limit. What supporting documents are required for Subcontractors performing more than 10% of workshare? Answer: �No supporting documents are required beyond the Limitations on Subcontracting certification.� Can past performance also be submitted for Subcontractors performing more than 10% of workshare? Answer: �Subcontractor past performance will not be considered.� Moreover, if so, are consent and client authorization letters required? Answer: �Subcontractor past performance will not be considered.� Can Subcontractors providing their past performance as a reference for Volume III submit their CPARS directly to the CS/KO, or does the Prime Offeror need to submit them? Answer: �Subcontractor past performance will not be considered.� Will the Government allow offerors to submit a condensed version of the QCP within Volume II, considering the 10-page limit, and the complete version within 5 days upon award? Answer: See PWS � (will not affect the 10-page limit) a complete version is required within the 5 days of award. Is this an SCA contract? (WD reference pg 82 of Final RFQ) Answer: �Yes, this is an SCA contract.� The Data Management/Integration Quals, Ed, Cert. listed is identical to the requirements for the Graphic Design/Web Content qualifications. Is this a mistake, and if so, please provide the correct qual/ed/certs for this position. Answer: 2.2.1.1 Qualifications, Educations, and Experience. Qualifications � Qualified US Navy Master Diver, US Navy Master EOD Technician, or EOD Officer (O3 or above). Experience.� Have minimum two (2) years of experience at a NETC Learning Center.� Have a minimum of two (2) years of experience with the EOD and ND Supply Chain Working Group (SCWG) process and requirements.� Have minimum two (2) years of experience with the NETC End to End process (Job Duty Task Analysis, Front End Analysis, Integrated Master Schedule and Master Plan, and Business Case Analysis). Minimum one (1) year experience with Program Objective Memorandum (POM) process and requirements. Ability to communicate effectively, concisely and authoritatively in English both orally and in writing.� Experience in preparing correspondence, written reports, and briefs. Ability to use databases and manipulate spreadsheets, fluent in Microsoft Office products such as Excel, and Word. � For the 6 positions listed, The Program Lead, EOD Process Facilitator, & ND Process Facilitator all have an estimated workload of 2080hrs/year; however, no estimated workload is listed for Technical writing, graphic design/web content, or Data management/Integration. Will the government provide an estimated annual workload for these positions as well? Answer: NOTE: Historical workload averages 690 per position in base year with expectation of 2080 hours annually per position in each option years).� Section 2.4.3.1 Qualifications, Educations, and Experience for Data Management/Integration has the same description as the section above 2.4.2.1, Qualifications, Educations, and Experience for Graphic design/Web content. Looks to be a �cut and paste� error.� Will the Govt. pls update Section 2.4.3.1 with the appropriate information? Answer: Same response as question 12. Most of the positions are identified to be place of work Bay County however, the Okaloosa County wage determination is the only contained in the solicitation.� Our assumption is we should price positions in Bay County using the wage determination for that locale.� Will the Govt. pls amend and add the Bay County WD? Answer: The EOD Process Facilitator will work out of Okaloosa Countyand is subject to the Okaloosa SCA Wage Determination.� In addition, the other positions will be Bay County. Bay Co. wage determination will be added for the five positions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c1481aefe4b24e3bbf5ddc4238130408/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN06930399-F 20240111/240109230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.