Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
MODIFICATION

99 -- Government Responses to Vendors' Questions

Notice Date
6/10/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
D11PS19031
 
Response Due
6/16/2011
 
Archive Date
6/9/2012
 
Point of Contact
Louis Williams Contracting Officer 7039643566 louis.williams@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Request For Information (RFI) # D11PS19031 FBMS PMO Assistance Vendor Questions and Government Responses Q1. I am having difficulty accessing the SOW, Number D11PS19031, as referenced in the above eBuy RFQ at the URL http://www.aqd.nbc.gov/Business/solic_details.aspx?solid=429. The IE error states the file is either unavailable or cannot be found. Would it be possible to forward a copy to me? A1. Please insert an underscore between "solic and details" in the web address: http://www.aqd.nbc.gov/Business/solic_details.aspx?solid=429 Q2. I came across your RFI in FBO and am interested in participating in the process. The December 17, 2010 SOW mentioned below seem to be missing in the FBO website. Is there another way for me to receive a copy of it for review? A2. The SOW can be accessed through GSA Advantage / eBuy or via the AQD website address: http://www.aqd.nbc.gov/Business/solic_details.aspx?solid=429. Q3. In reference to Solicitation Number D11PS19031, Program Management Office Assistance, the solicitation references an attached draft Statement of Work dated December 17, 2010 but the attachment was apparently not included. Could you provide the attachment via e-mail? A3. Amended RFI with correct web address for SOW posted on 05/12/2011. Q4. I was wondering whether this SOW can be responded by any organization? Or is this only applicable to current support vendors? Please advise. A4. The RFI announcement is intended for market research purposes only, see FAR Part 10, Market Research, in order to see what capable sources are available within the marketplace, open market or established sources, i.e. GSA Federal Supply Schedule (FSS). Please read the RFI in its entirety, click on the inserted link for access to the Statement of Work, and respond accordingly. Q5. [Our company] would like to respond to this solicitation; we have a few questions for our preparations. I was only able to find the SOW on the AQD website; is there an RFQ/RFP? A5. Please read the entire RFI. The RFI announcement is intended for market research purposes only, (see FAR Part 10, Market Research). Specifically, paragraph 2 of the RFI which states: "This RFI is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The purpose of this RFI is to identify potential sources that are interested in and capable of performing the work described herein." The results of the RFI will help the Government make a determination regarding the most appropriate acquisition strategy for this effort. Therefore, at this phase of the process there is not an RFQ or RFP since, as stated in the RFI, the Government is not soliciting quotes or proposals. Q6. The capability statement requested in the RFI is limited to no more than 10 pages. The SOW document talks about resumes to substantiate the offerors ability to fulfill tasks. Please clarify whether resumes ARE or ARE NOT required as a part of the capability statement response. A6. Resumes are NOT required with the capability statement submission. Q7. What is the purpose of you using eBuy to inquire about sources? Are you planning to do a set aside? If not, I don't understand why you are using eBuy for such inquiries? Please advise. I am interested in a set-aside, otherwise, what is the purpose of this? A7. The RFI announcement is intended for market research purposes only (see FAR Part 10, Market Research) in order to see what capable sources are available within the marketplace, open market or established sources, i.e. GSA Federal Supply Schedule (FSS). Therefore, the RFI was issued on both the Federal Business Opportunity (FBO) site and the GSA FSS site, eBuy. The results of the RFI will help the Government make a determination regarding the most appropriate acquisition strategy for this effort. This would include any determination regarding acquisition strategy such as commercial open market, GSA FSS, set-aside, etc. Please refer to the RFI for additional information and instructions regarding submission of capability statements. Q8. The paragraph below listed in your request states that there is an " attached draft Statement of Work (SOW) dated December 17, 2010. " We're unable to locate the attachment to the request and wondered how we could secure this information? A8. Please visit: http://www.aqd.nbc.gov/Business/solic_details.aspx?solid=429. Q9. How are these services currently performed (in house, contractor)? A9. Services are currently being performed by a contractor. Q10. If by a contractor, what is the Contractor Name? A10. The incumbent contractor is Delta Solutions, Inc. Q11. What is the Contract Number? A11. Task Order # N06PD10337 and BPA # N08PA10457. Q12. When was the contract awarded? A12. Task Order # N06PD10337 for FBMS Augmentation Support Services was issued on 09/22/2006 with a base year and four one-year option periods. BPA # N08PA10457 was issued on 12/14/2007 for Applications Management Support Services as a five-year BPA. Thus far eight calls have been issued against the BPA with a total value of $34,721,090.53. Q13. When does the contract(s) expire? A13. Task Order # N06PD10337 is currently scheduled to expire on September 23, 2011. BPA # N08PA10457 is currently scheduled to expire on December 13, 2012. Q14. What are the contract Period of Performance terms? (i.e. base and 4 one-year options, etc.) A14. Task Order # N06PD10337 period of performance terms are a base year and four one-year option periods. BPA # N08PA10457 is a five-year BPA. Q15. What type of Contract was awarded (Firm Fixed Price, ID/IQ, etc.) A15. Task Order N06PD10337 was awarded as a firm fixed-price task order. Labor hour BPA calls are issued against BPA # N08PA10457. Q16. How was the contract awarded (Full & Open, HubZone set-aside, Small Business Set-aside, Sole Source, etc.) A16. Task Order N06PD10337 and BPA # N08PA10457 were both competed amongst GSA Federal Supply Schedule holders. Q17. What is the current contract value or ceiling? A17. Task Order # N06PD10337 has a current contract value of $24,674,316.41. BPA # N08PA10457 has a current ceiling of $35,000,000.00. Q18. Small Business set-aside - is there the "potential" if enough skilled & experienced SB's respond to the RFI to have this an SB set-aside? A18. The RFI announcement is intended for market research purposes only in order to see what capable sources are available within the marketplace, open market or established sources, i.e. GSA Federal Supply Schedule (FSS). The results of the RFI will help the Government make a determination regarding the most appropriate acquisition strategy for this effort. This would include any determination regarding acquisition strategy such as commercial open market, GSA FSS, set-aside, etc. If the determination is made that the best strategy would be open market and there is reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery, the Government may consider conducting this acquisition as a set-aside. However, if the determination is made to conduct this acquisition in accordance with FAR 8.4, Federal Supply Schedules, the FAR Part 19 does not apply (see FAR 8.404). Q19. Multiple Award - is there the potential to have three vendor awards, one for each area of expertise? A19. For consistency and continuity of support for the overall program, the Government feels these requirements are better suited together. Q20. Current DOI/BOR Feedback - would it be of value to list the current contract officer contact info who has our current IT PM contract as a reference in the RFI? A20. Potential offerors are instructed to contact only the contracting point of contact identified for any information. Prospective offerors are cautioned against contacting government technical personnel in regard to this RFI or any request for quote/solicitation prior to potential award for this acquisition. If such a contact occurs and is found to be prejudicial to potential competing offerors, the offeror making such a contact may be excluded from any further consideration. Accordingly, all communications must be directed to the contracting point of contact. Q21. I am hoping you can confirm if this is a new requirement or if an incumbent already exists. If an incumbent is performing the work I am trying to obtain the incumbent awardee, contract number, incumbent award date and value. A21. This information is provided above. See Answers A10, A11, A12, and A17. Q22. Is there an incumbent contractor performing the work outlined in the SOW of dated December 17, 2010 and titled "Statement of Work (SOW) for "Program Management Office Assistance"? If so, what company has this contract? A22. This information is provided above. See Answer A10. Q23. What is the period of performance and dollar value for this contract? A23. This information is provided above. See Answer A13 and Answer A17. Q24. Is the FBMS systems integrator conflicted out of bidding on US Department of Interior's Pre- Solicitation Notice number D11PS19031 - Program Management Office Assistance. A24. The Government does not see any conflict or potential for a conflict of interest regarding this acquisition and the current FBMS systems integrator at this time. Therefore, all interested parties are allowed to participate by submitting capability statements in accordance with the instructions contained in the RFI.Q25. Is the current FBMS Independent Verification and Validation contractor conflicted out of bidding on this opportunity? A25. This requirement does not contain IV&V support. The Government does not see any conflict or potential for a conflict of interest regarding this acquisition and the current FBMS IV&V provider at this time. Therefore, all interested parties are allowed to participate by submitting capability statements in accordance with the instructions contained in the RFI. Q26. Would DOI consider hosting an industry day to allow contractors to ask more specific technical questions and understand DOI's vision for the PMO? A26. DOI may consider the benefit of an industry day and/or due diligence sessions after review of capability statements. This would be communicated to all potential offerors with any subsequent instructions after the determination of the appropriate acquisition strategy. Q27. Would DOI accept past performance and resumes as an appendix and not included in the 10 page limit? A27. Past performance information and resumes are not required as part of the capability statement submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/afaa85a7c364235240d2e5e72dd30503)
 
Record
SN02469763-W 20110612/110610235122-afaa85a7c364235240d2e5e72dd30503 (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.