MODIFICATION
D -- Response to Industry Questions
- Notice Date
- 3/17/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T11RS601
- Response Due
- 6/6/2011
- Archive Date
- 8/5/2011
- Point of Contact
- Suma T. Legesse, 443-861-4882
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(suma.legesse@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Q1. I noticed various mentions of small business set-aside and unrestricted. Will there be two parts to this procurement? A1. Based on the government analysis, it is recommended that the acquisition of the SSES NexGen be conducted on the basis of a partial set-aside with 2 suites of contract awards. One being a full and open competition suite and the other being a small business set-aside suite. The partial small business set-aside provides guaranteed opportunity for small businesses to compete for requirements estimated to be below a specific threshold. The Government is intending to award up to 4 awards for the unrestricted suite and award up to 4 awards for the partial set-aside suites. Q2. Regarding the SSES solicitation W15P7T11RS601, it appears that the Government has migrated from IBOP to ASFI/FedBizOpps. I cannot find the appropriate venue for submitting questions. Can you please provide instructions for how to use these sites to submit questions or confirm that we can submit to you via e-mail? A2. You can submit questions via e-mail to the following POC's: Kathleen Hageman, Contracting Officer at Kathleen.Hageman@us.army.mil Heather Weaver, Contract Specialist at Heather.Weaver@us.army.mil Suma Legesse, Contract Specialist at Suma.Legesse@us.army.mil Q3. Given that this solicitation will result in an IDIQ contract vehicle, with competed RTEPs determining the type of work a successful contractor will be awarded, it is difficult for offerors to predict with certainty which of its subcontractors might reach the 20% threshold for work over the life of the contract. Would the Government accept past performance experience for up to three (3) major subcontractors that prime contractors pre-select as those with the most potential to receive 20% of the work, understanding that ultimately only two would meet this threshold (since small primes must perform a minimum of 51% of the work)? A3. Prime contractors both large and small can submit as many subcontractors as they believe have potential to qualify as major subcontractors. We understand that not all potential subcontractors will ultimately become a major subcontractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ab8983d46a5dd9c2d7f11f20687a4bf7)
- Place of Performance
- Address: Army Contracting Center-APG(C4ISR) ATTN: 6001 Combat Drive, Aberdeen Proving Ground Aberdeen MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02403247-W 20110319/110317234504-ab8983d46a5dd9c2d7f11f20687a4bf7 (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 |