Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
MODIFICATION

D -- INTERACTIVE TUTORIAL TO ASSIST CLAIMANTS IN E-FILING:

Notice Date
7/10/2007
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
U.S. Office of Special Counsel, Contracting Office, U.S. Office of Special Counsel, 1730 M. Street N.W. Suite 201, Washington, DC, 20036, UNITED STATES
 
ZIP Code
20036
 
Solicitation Number
OSC-RFQ-035-07-002
 
Response Due
7/13/2007
 
Archive Date
7/28/2007
 
Point of Contact
Douglas Stickler, Contracting Officer, Phone 202-254-3654, Fax 202-254-3729,
 
E-Mail Address
dstickler@osc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose ofthis amendment is to provide answers to questions submitted in reference to Solicitation No. OSC-RFQ-035-07-002 Question 1: I have a client who is highly capable of performing the work in the RFQ and is very interested in performing the work for you. However, we highly doubt that all of this work can be accomplished for the specified $40,000.00 cap. Please inform me if this amount is in error. Answer: The $40k stands Question 2: Does the above statement mean that the maximum amount allocated for this task is 40K? Answer: YES Question 3: How many FTEs does the Government estimate will be needed to execute this task? Answer: Each vendor would be responsible for making the determination on their staffing requirements Question 4: The RFQ web page is well-written, concise and unambiguous. The only part I had trouble with was a mention of a "demo web site". Are we talking about a non-functioning visual "mock" application - one that merely illustrates the UI and navigation aspects of the web app? Please Clarify... Answer: The ?demo web site? is not a ?mock? application. This web site will be functional to show the vendor?s progress after each development iteration. OSC staff member overseeing this project will be able to access and run the application on this web site anytime. Question 5: How are firms not within driving distance of OSC/Washington DC expected to compete with those within driving distance? At least several trips to OSC offices appear to be required, yet with the arguably small budget ceiling ($40K), both travel costs and adequate software development best practices cannot simultaneously be followed. Local firms clearly have an (unfair) advantage in competing against other small businesses not in the vicinity of Washington DC. That said, what options are available to distant firms if we perceive the criteria for selection has been unfairly biased in favor of local firms? We wish to compete - and CAN be very competitive - but only if we're operating on a level playing field. Please help me understand how this can be accomplished. Answer: The Government plans to make an award to the responsible offeror whose offer conforms to the requirements herein and represents the greatest or best value to the Government. However, this request in no way obligates OSC to award a contract, nor does it commit OSC to pay any cost incurred in the preparation and submission of the quotes. Office of Special Counsel anticipates awarding a firm fixed price contract not to exceed the ceiling price of $40,000. Question 6: What is the timeframe for a contractor selection and project commencement? Answer: Offers will be evaluated in accordance with FAR 52.212-2. The following factors shall be used to evaluate offers: (1) contractor qualifications and technical capability, (2) past performance, and (3) price. Contractor qualifications/technical capability and past performance, when combined, are more important than price. The Government reserves the right to evaluate proposals and award a contract without discussions with Offerors. Question 7: Does the government need a quote only for this first phase (Requirement phase)? Would the 40Kceiling be only for the first phase of the project? Answer: No. The requirements analysis activities outlined below in the ?Perform Detailed Requirements Analysis? section are now carried out internally by Ed Snyder and the intern. The contractor is to take the functional requirements and design documents (Project Definition and Analysis, Requirements Definition and System Design) provided by Ed and the intern and carry out the actual implementation phase of the project (System Development, System Test and Deployment). Question 8: Would the 40Kceiling be only for the first phase of the project Answer: 40K for all phase of the project Question 9: Where is the place of performance for this position? Answer: 1730 M Street NW, Suite 201, Washington, D.C. 20036 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/OSC/USOOSC/USOOSC1/OSC-RFQ-035-07-002/listing.html)
 
Place of Performance
Address: U.S. Office of Special Counsel (OSC) 1730 M Street NW, Suite 201 Washington, D.C.
Zip Code: 20036-4542
Country: UNITED STATES
 
Record
SN01338845-F 20070712/070710223606 (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.