MODIFICATION
D -- Amendment 0001 to RFP W91QUZ-07-R-0017 for IT Services to support BTA Business Investment Management Framework. Analytical work in COTS packages and in particular, Enterprise Resoure Planning (ERP) systems.
- Notice Date
- 4/23/2007
- Notice Type
- Modification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ-07-R-0017
- Response Due
- 5/2/2007
- Archive Date
- 7/1/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0001 to RFP W91QUZ-07-R-0017 for IT Services to support BTA Business Investment Management Framework. Analytical work in COTS packages and in particular, Enterprise Resource Planning (ERP) systems. The solicitation closing date is hereby extended from 27 April 2007 to 2 May 2007 at 2pm. Please contact Kathleen Jones at 703-325-1723 or via email at kathleen.jones@us.army.mil if you have any questions or problems with this solicitation amendment. Questions for RFP # W91QUZ-07-R-0017 1. What is the COTS vendor? RESPONSE: Various but not an issue for this requirement. 2. When was the COTS product implemented? RESPONSE: See #1 response 3. What modules were implemented? RESPONSE: See #1 response 4. Is there any incumbent? If so, who is the incumbent? How many contractor FTEs are currently performing the tasks? What is the current contract value for the most recent contract year? RESPONSE: There is no incumbent. 5. For the past performance evaluation, does the offeror have to be the prime for these past performances? RESPONSE: No, can be a subcontractor providing support. 6. Are all positions identified on page 3 and 4 considered key personnel? RESPONSE: Yes 7. When is the anticipated award date? RESPONSE: 1 June 07 8. For the base period hours of 7 months: Hours remain at 1880? RESPONSE: The corrected number of hours for the base period is 1,096, not 1880. Please price proposal as such. 9. Is there software development component? RESPONSE: No 10. Is integration to other systems a big part of the project? If so, what are the other systems? RESPONSE: They will evaluate the integration plans to other systems, but do not get involved in say testing whether an interface works or not. They are analysts not SI or testers. 11. General: Is there a page limit? RESPONSE: No 12. Page 13: We can submit up to 10 Past Performances. Can we submit some past performances for our subcontractor to demonstrate how they supplement our capabilities? RESPONSE: Yes 13. Page 14: Will you send surveys to all 10 Past Performance references? Can we see the survey to help us determine if our past performance references can answer those questions? RESPONSE: See Page 14 of the RFP which lists the three subfactors. 14. Can the Gov provide a Labor Category Description and experience/educational requirements? RESPONSE: PWS para 5 lists all the technical capabilities required. 15. Will the base year CLINs be amended to reflect the 7 month base year? RESPONSE: Yes. The 7 month base period is correct. 16. From Section 1.6.10, Travel: Will the Gov provide a Travel CLIN? RESPONSE: Yes. The government will provide a travel CLIN. 17. If there will not be a travel CLIN, how will the travel be invoiced? RESPONSE: As a Resimbursable IAW Joint Travel Regulation. 18. Since 52.212-5 clause is for executive orders, is it applicable to T&M contracts (p.32)? RESPONSE: Yes, clause applicable this is a commercial contract. 19. If 52.212-5 is applicable, since 52.212-5(b) and 52.212-5(c) are mostly grayed out, can I ignore these clauses (p.33)? RESPONSE: Unclear on grayed out areas. Para (b) and (c) state clauses are checked as appropriate ie. 52.219-6. 20. Is there an identified ERP system that will be deployed/supported? RESPONSE: NO 21. Does RFP include ERP selection? RESPONSE: NO 22. What are the criteria for being able to obtain the mentioned security (p.38)? SECURITY REQUIREMENTS: Contractor personnel performing work under this contract must be able to obtain Crystal Mall 3 (CM3) and/or Pentagon badges allowing unescorted access. RESPONSE: BTA will take care of the arrangements with successful offeror. 23. Performance Work Statement Section 1.16.13 reasons for substitution includes termination of employment. Does this include termination of subcontractors wh o are not employees (p.39)? RESPONSE: This means a contractor employee performing under this resultant contract. 24. ERAM and BCL appear to be new concepts/programs. Where can I find more details on this such as history and whats involved? RESPONSE: Search www.bta.mil or defense business transformation website should have some information as well. Please contact Kathleen Jones at 703-325-1723 or via email at kathleen.jones@us.army.mil if you have any questions or problems with this solicitation amendment.
- Place of Performance
- Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01279388-W 20070425/070424014550 (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 |