Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2006 FBO #1783
SOLICITATION NOTICE

R -- This is the final amendment to solicitation RFP-06-01, ANN06000312. This amendment includes the information on any previous amendments. Final questions and answers are below. The questions and answer period has closed.

Notice Date
10/12/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Dept of the Interior - National Business Center Acquisition Branch PO Box 272040 Denver CO 80227
 
ZIP Code
80227
 
Solicitation Number
RFP0601
 
Response Due
10/18/2006
 
Archive Date
10/12/2007
 
Small Business Set-Aside
8a Competitive
 
Description
This modification is to: 1) Change the response date from October 13 or October 16, 2006 to October 18, 2006, 12:00 noon MST. 2) To notify interested parties that Attachment 5, Part 2, Evaluation Factors for award takes precedence over the instructions to Contractors/Evaluations, para V(a) Technical Submissions. Business Management item A, Organizational Structure is where we will include the Transition Plan evaluation. 3) Submissions are to include to all labor categories addressed in Question 2 below. The labor categories rates are for evaluation purposes only. 4) Correct SBA address to read: 721 19th Street, Suite 426, Denver, CO 80202 5) Questions for NBC Accounting Ops RFQ NBC-06-01 1. Page 3. D. 6 and 7. Does NM refer to New Mexico and C refer to Colorado Yes, but that is an oversight on the SOW. There are currently NO positions in New Mexico. 2. Page 3 - 5. Labor Categories CFb, GB1NM, G2ANM, FAIV NM and H2 are described as labor categories but are not included in the Cost/Price Template. Are we to submit prices for these additional labor categories with (Zero or no Hours) The NM positions were an oversight on the SOW. There are currently NO positions in New Mexico. The rest are valid labor categories, but for which we don't have a current need. However, these labor categories will be used for evaluation purposes only. 3. Attachment 1 has the Dates of Period of Performance starting December 1, 2006 - September 30, 2007 which equals a 10 month period, the hours or estimated quantities are 1872 for each labor category, should these hours 1872 per FTE represent 12 months or 10 months Please submit pricing based on the 12-month period and an adjustment will be made at time of award, if required. 4. Attachment No 4. page 12 of 17 states Paragraph starting with "the government will only pay." In the event that contract employees are already at work on location at the government office work site, on a day the inclement weather starts (such as heavy snow day in Colorado) at the same time that client grants administrative leave to the government employees only (we fully understand it applies for government staff only), is the Contract employee staff allowed to continue working for the full 8 hour day in order to complete daily assigned work tasks as long as the "respective government office is not officially closed down for business by the federal government?. Yes. 5. Attachment 5, Part 1.Teaming Arrangement. May we assume that as long the Prime Contractor Team Member holds an active 8A status, with the qualifying NAICS Code for other 591219, Other Accounting Services Contract, with less than 7.5 Million annual revenue, at the time of submission of this response, the Prime will meet the minimum qualifications for that 1 specific 8A status requirement, as long as the Team combined Prime and Subcontract to the Prime meet and /or exceed all SOW and past performance, with all additional requirements included in the evaluation factors. Verify approval from SBA. 6. Attachment 5, Part 1. V. A. Technical Submission. States 35 pages, excluding hypothetical task order scenario- limit 21 pages, resumes, signed letter of Commitment, transition plans and past performance forms. a. Will instructions to complete the Hypothetical Task Order Scenario be provided? No Hypotehtical task order scenario is required. b. We assume Key personnel is the PM and the Exempt positions only - is this correct? Yes c. We assume Signed letters of commitment are for the PM and the Company Management (not all 56 incumbent staff members currently working on the contract for the incumbent contactor ATA Services.) Yes d. We assume there is no specific format desired by the client for the Transition Plan in the Technical Proposal. Correct e. Does the 21 page limit apply to the Hypothetical Tasks order scenario alone? No hypothetical task order scenario is required f. Is there a page limit for resumes, singed letters of commitment? No 7. Attachment 5, Part 2. II Past Performance. Last Paragraph. In the sentence, "The government may contract?." Please define the "VCI's qualifications?" This is an error, replace "VCI" with "your" 8. Attachment 5, Part 1, section V titled: "Quotations," sub paragraph "A" labeled: "Technical Submission," refers to a "hypothetical task order scenario." However, such scenario is not provided. Can we assume no response to a hypothetical task order scenario is needed Yes 9. In Attachment 5, Part 1, Section V, Subheading A, you list that the Technical Submission is limited to 35 pages excluding hypothetical task order scenario - limit 21 pages, resumes, signed letters of commitment, transition plans, and past performance forms). What resumes are you expecting to be submitted? Are you requiring letters of commitment from all incumbent staff Reference #6c 10. In Attachment 5, Part 1, Section V, Subheading A, you list that the Technical Submission is limited to 35 pages excluding hypothetical task order scenario - limit 21 pages, resumes. What is the hypothetical task order scenario? Where can this information be located Reference #8 11. This solicitation is set-aside for 8(a), business size standard of $7.5 Million. My company is slightly over this size standard, can we still bid as a prime Please obtain SBA approval. 12. Do you have a list of interested vendors that you can supply, so that we could possibly partner with You will need to request this information via FOIA, FAR 24 13. Does this contract preclude award for any other future contracts at the NBC No 14. Are existing DOI or NBC contractors precluded No 15. Beyond 8a, what are the desired participation levels for small businesses None specified for this solicitation 16. Is there an incumbent contractor for this work, if so who and are they still eligible to bid Yes, ATA Services, and yes 17. What is the government's estimate of the level of effort for this project, and how are we to provide a cost proposal for the time and materials portion of work? Will you provide the estimated hours by labor category in order to create a level playing field Pricing submitted will be used for evaluation purposes only. Estimated hours are included in Attachment 1 - Schedule of Prices. 18. What is the breakdown of support between systems and accounting related services The work is 100% accounting-related, as specified in the SOW? 19. Will all work be performed on-site in Denver at the NBC facility or will some work be performed at the contractor's location On-site. 20. How important is a local presence for firms bidding on the contract? The contractor personnel must be local. 21. What was the number of hours by labor category delivered by the incumbent entity for the past two years All information on the incumbent must be requested via FOIA, FAR 24 22. Will you extend the proposal due date to allow at least 2 weeks after the questions are answered The Government will extend the due date to noon on October 18, 2006. 23. Can the Past Performance sheets be faxed to the 303-969-5468 number? Yes 24. Is the Technical Submission limited to 35 pages? We plan to include a resume and letter of commitment for the Project Manager. Are resumes for any other positions required No 25. In Attachment 5, Part 1, Number IV, Submission of Quotations, it is stated that there shall be four (4) sets of the technical quotation and two (2) sets of the price quotation. Under Number V, Quotations, it is stated that there shall be three Submissions - A. Technical Submission, B. Past Performance Submission, and C. Price Submission. How many copies of B. Past Performance Submission do you require? Do you require electronic copies One copy of the past performance submission is required. Electronic copies of Past Performance are permitted but not required. 26. How do want the Past Performance Questionnaires returned to you? Your FAX number is not included in the solicitation. Please refer to the Past Performance Instructions in the Solicitation. 27. What is the anticipated contract award date The Government anticipates an award date around mid-November 2006 28. What is the anticipated contract start date Sometime around December of 2006 29. How long do you anticipate the transition period to be Two to four weeks 30. The Technical Submission requires a transition plan; however, this is not addressed in the evaluation factors. We suggest that the transition plan be added as an evaluation factor (item g.) to the list of factors included under Business Management on page 1 of Attachment 5, Part 2. The Transition Plan will be evaluated as part of item A. Organization Structure. 31. Attachment 4, Page 10 states that "all work performed by the contractor shall be completed within the established deadlines and meet task requirements, utilizing servicing levels established with individual clients, 95% of the time". How does this statement relate to the specific standards and measures included in Attachment 3, Part 2 For items not covered in the detailed standards and measure, 95% will be the "generic" standard. 32. Is there an incumbent contractor Yes 33. If so, who is the incumbent and can you provide their hourly rates The Incumbent is ATA, Services. All information regarding the incumbent must be requested via Freedom of Information Act, FAR 24. 34. Will the government consider extending the due date for this solicitation given the turnaround time of less than thirty days? The Government will extend the due date to noon on October 18, 2006. 35. Is the incumbent eligible to compete for the new procurement? Yes 36. Is it acceptable for the 8(a) firm to submit a proposal under a teaming relationship as either (i) a joint Venture, or, (ii) a Prime Contractor: Subcontractor relationship? Please obtain approval from SBA. 37. Will this require full time contractor staff on site? YES 38. How many staff, or describe the Level of Effort by labor category. The estimated staffing positions are identified in Attachment 1. The labor category descriptions, for work to be performed, are identified in Attachment 4. 39. What percentage of work will be systems support and what portion is accounting support? The Government estimates that the majority of the work to be performed will be accounting support, as identified in the Statement of Work. 40. I did not see any attachment, although it is reference an attachment? This question does not identify an attachment to be referenced. 41. Teaming Agreement: "If teaming partners are proposed, each teaming partner must also have other Accounting Service contract at the time of submission of a response". Are you implying that there must be a subcontract agreement between the offeror and the subcontractor in place before proposal is submitted. Subcontracting Agreements must be in accordance with SBA guidelines. 42. What is the page limit for transition plan? The transition place should be limited to 8 pages. 43. Is it DOI's intent to make this procurement a single award or multiple awards? This will be a single award contract 44. Where is the primary place of performance? Are there other places of performance? If so, where? The primary place of performance is Denver, CO. Reference #2 45. If there is an incumbent, does DOI have a position concerning the retention of the current incumbent staff? The DOI does not provide guidance to Contractors on hiring practices. It is suggested that the incumbent staff will be given the first right of refusal. 46. The Base Year Schedule of Prices has the same number of hours estimated as the option years but the Base Year has only ten months. Is the level of effort for the base year the same as the option years (i.e. 57 people)? 47. Can you provide any information on what the average tenure is for the incumbent staff? No, I do not have information on the incumbent staff. 48. The soliciatation is 8A set aside. Do we still have to provide GSA Category and base our Labor rates on that or Price can be outside of our GSA category to offer better discounts to NBC. (Attachment 1- Schedule of Prices) No 49. Does all the work need to be performed from Denver, CO. Yes
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=198650)
 
Record
SN01164687-W 20061014/061012220655 (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.