Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2011 FBO #3486
MODIFICATION

R -- Special Communications Enterprise Office Technical Engineering and Analytical Support Services

Notice Date
6/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-11-R-0118
 
Archive Date
7/27/2011
 
Point of Contact
Mishelle Miller, Phone: 703-907-2722
 
E-Mail Address
mishelle.miller@dia.mil
(mishelle.miller@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
06/09/2011 Amendment 9 Notice and Q&A Notice No classified documents will be distributed Friday, June 10 or Monday, June 13. For those vendors that are eligible to receive classified documents under this Solicitation, as confirmed, follow the same instructions but with a suggested date and time other than 06/10 or 06/13. Q29. We offer A/E design and facility assessment services globally. Is it anticipated that these services will be required to assist in the decision-making process for the deployment of the systems discussed to the field? We are assuming that fixed systems, in particular, could be deployed in facilities that could require renovations/upgrades to house and/or secure the equipment. Additionally, we assume that facility assessments could be required to confirm whether sufficient utility services and physical infrastructure is in place to accommodate the installation of deployed systems into existing facilities. Are these assumptions consistent with the projected requirements for this contract? A29. Generally, this Solicitation has portable field assessments, not fixed. Q30. Can we substitute 5 years of experience for a Bachelor's degree? As you know, all positions require a minimum of a Bachelors. We have several individuals that meet all of the requirements (retired military) accept for the four-year bachelor's degree. Please let me know. A30. The Government will evaluate all proposals using the instructions stated in the Solicitation. Using those standards, the possibility exists that experience directly related to the position may be substituted. Q31. Can we submit resumes as an annex to the Tech-Management Volume? We will certainly address personnel in our Tech & Management Volume, but we would prefer to submit resumes as an annex. Q31. Are resumes part of the 25 page limit? A31. Resumes will not count towards the page limit and may be submitted as an appendix, keeping them in the same section. Q32. Re the classified Statement of Work, should the job titles in tasks 3 and 4, be unclassified while leaving the descriptions classified? A32. The job titles are unclassified and the final SOW is updated to reflect this change. Q33. Can there be a clarification as to the distinction between having a SCIF and the contractor's ability to handle classified information? A33. A Sensitive Compartmented Information Facility (SCIF) is an area accredited by an individual agency, and that accrediting authority is responsible for the protection of Sensitive Compartmented Information as well as any other classified information processed within the SCIF. For this Solicitation, the level of safeguarding needs to be determined by the Defense Security Service, as verified by a company's CAGE. Q34. Will the Government allow offerors to submit part/all of the proposal at the SCI level instead of SECRET/NOFORN? A34. You determine the level of classification; the Government will accept a proposal at the SCI level. The Government has no preference as to classification level. Q35. One mission of the SCEO is to provide unbiased analysis and assessments of special communication capabilities and field hardware. Does this constitute an un-mitigatable organizational conflict of interest for special communication systems and field hardware developers since they cannot provide this unbiased analysis and assessment of their own corporation's product. Q35. There is an indication that the contractor will review JCIDS documents. If a contractor is involved in building a system will an OCI mitigation plan be required? What will be the submission requirements? A35. Though this occurrence is expected to be rare, if a contractor is involved in building a system, an Organizational Conflict of Interest (OCI) mitigation plan will be required. If an offeror chooses to address a possible OCI issue, that should be included in the proposal as an appendix without page limit in Section 2 Technical and Management. Q36. In the Solicitation, Section M.1.3 concerning Section 2 - Technical Management, the Technical Approach sub-factor 2b, indicates that field assessment requirements are derived from Task 4. The SOW says Task 3. A36. Section M.1.3 should say Task 3. However, all positions may be pulled to assist. Q37. In the SOW paragraph 10.4.1, the 5-year... experience conflicts with the Junior Engineer position requiring 2 years experience. Is it 2 years for Junior? A37. Two years experience is required for Junior, not five. Please also see Q30 and A30. Q38. Who pays for the training and time if firearms are necessary for staff? A38. Certain courses are required by the Government, as specialized and specific training. Government-mandated training will likely be paid for by the Government. Q39. Is the growth rate of the staff gradual? Is space the main factor restricting growth? Will additional FTEs be needed if office space increases? A39. The growth rate is dependent on many variables, such as requirements, mission priorities, funding. Space or lack of space does not determine mission response or requirements. Q40. There are multiple levels indicated for engineers. See the numbers in the cost worksheet. What do those mean? A40. Please remove those levels or numbers in the cost worksheet. I will post another cost worksheet. The levels are Senior, Mid or junior. Q41. SCEO is a 24/7 program. If contract support is required during non-duty hours, how will it be addressed? A41. 24/7 operations for the DoD SCEO are very rare, i.e., once a year and are of short duration, such as 1 to 2 days. The requirement for contractor personnel to support 24/7 operations is also rare. Planning for this requirement should be considered an extreme contingency. In those instances where contractor personnel are required on a 24/7 basis, the Contracting Officer's Representative and the Contracting Officer will work with contractor personnel, especially Program Management and Contracting Staff, to satisfy the requirement. Q42. The requirement for arming the contractors indicates that it will be done on a 'voluntary' basis, can this be clarified? Will the Government consider paying "Hazard Pay" if appropriate? A42. The Government does not make it mandatory for contractor personnel to carry weapons. Therefore, the company is responsible for providing personnel who may be willing to support a Government requirement to be armed. The Government will pay contractor personnel for in accordance with all applicable regulations. Q43. Will architectures be developed in accordance with the DoDAF Framework? A43. Though the DoD SCEO only plays a consultative role in architecture development the end results within DoD will usually follow a DoDAF Framework. The DoDAF is the standard that is followed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-11-R-0118/listing.html)
 
Place of Performance
Address: National Capitol Region, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN02468643-W 20110611/110609234851-b14fa408b02e113c8798aa0b7ed39e14 (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.