MODIFICATION
R -- Administrative Source Selection Support Services
- Notice Date
- 6/23/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN15X8077
- Response Due
- 6/29/2015
- Archive Date
- 8/22/2015
- Point of Contact
- William Tenz, 9737242885
- E-Mail Address
-
ACC - New Jersey
(william.d.tenz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is provide the following questions and answers. All other terms remain the same. Q-1. The Sources Sought Notice mentioned that the Government is planning to award multiple BPAs for support at various ACC locations. Is the intention that BPAs would be awarded to multiple offerors to cover the same general scope of services (e.g. SSEB facilitator, SSEB facility administrator and instructor) and that you would then exercise the BPA for specific sub-tasks at specific sites? A-1. As stated in the Sources Sought Notice, the Government intends on awarding multiple BPAs for the anticipated support. Q- 2. Are BPA holders able to choose discrete opportunities to bid on, e.g. bid on SSEB facilitator work at APG for instance but not Instructor work, or vice versa? A-2. Yes. The current plan is to have BPA(s) with three labor categories. BPA holders may choose to submit quotes for orders requesting SSEB Administration (clerical support) and SSEB Facilitator quote mark or quote mark instructional support services. Orders for SSEB Facilitator will usually accompany the Facility Administrative (clerical) support position. Q-3. With respect to the Conflict of Interest requirements, you indicate that offerors are required to sign a Conflict of Interest Agreement that limits the ability for contractors to submit proposals on any contract actions for any of the listed ACC-NJ customers it will be supporting via the BPA during the life of the BPA. You mentioned support to ACC-NJ, ACC-APG, ACC-RSA, ACC-WRN and ACC RI. Questions: Q-3A. Are all ACC locations identified considered the quote mark customers quote mark ? or is the quote mark customer quote mark the individual requiring activities such as the Program Managers for specific efforts/SSEB activities for specific programs? Is the customer limited to ACC-NJ activities or any activity falling under any of the ACC sites listed (e.g., ACC APG, Warren, Huntville, etc.)? A-3A. The customer is any requiring activity that falls under any of the domestic ACC locations. Q-3B. Is the restriction on submitting proposals to any quote mark customer quote mark only limited to work that relates to the effort being supported (such that it may cause an OCI issue) or is the restriction on submitting proposals on any effort in support of that customer? For example, if under this opportunity an offeror is awarded a BPA order to perform SSEB facilitator support for PM X in APG on a buy that is for development of program Y does this mean that the offeror may not submit a proposal on a different development program for PM X for which they provided no SSEB support? (no apparent OCI?). Or is the intent that the limitations on submitting proposals only applies to efforts that create an actual OCI resulting from unequal access to information, impaired objectivity or biased ground rules? A-3B. The restriction on submitting proposals is limited to situations that create Conflicts of. In addition, OCI's can only be determined when a future requirement/call order is created. Q-4. Can you provide the anticipated yearly level of effort? This is required in order to answer your question regarding the maximum number of qualified employees available to work multiple ongoing source selections. This is dependent to some extent on your requirements (we would recruit personnel that we know have these specialized skills based on your requirements). Can you be more specific about the requirements? A-4. Since this is anticipated to be a Blanket Purchase Agreement (BPA) award, specific requirements or an estimate as to the level of effort needed are unknown at this time. The Government is only looking to determine the capability of the marketplace to support this potential effort. Q-5. Are the efforts T&M/Cost plus or Firm Fixed Price? A-5. All possible future call orders would be Firm Fixed Price orders. Q-6. Are full time personnel required on site or is it feasible to provide some level of support remotely depending on the stage of the source selection process? A-6. All services will be required to be on-site only; however, the level of support required can only be determined when the need for such services arises on a per call order basis Q-7. What is the nature of the technical support required to the SSEBs? e.g. technical evaluator support, advisory support? If evaluator support, is it anticipated that the SSEB facilitator have technical skills as well as skills in evaluating past performance, small business and cost realism or is he/she acting more as an advisor than an evaluator? A-7. This information is unknown at this time. When a requirement is identified, specific technical support requirements would be outlined in a Request for Quote (RFQ). Q-8. Is there a current incumbent for the effort? If so can you identify the incumbent? A-8. There is no incumbent contractor for the source selection support services. Q-9. With respect to the source selection training efforts, it is anticipated that the successful offerors will need to develop their own training material or will a standardized package be provided by the Government? Will the offeror also be required to reproduce materials for each training course? Is it anticipated that course development will be accomplished at Government expense (with appropriate data rights provided)? A-9. This information is unknown at this time. In the event a requirement is identified, BPA holders will receive a Request for Quote (RFQ) which would provide instruction on what materials the contractor would be required to produce/develop.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8974613bf906301666b1168d63a98369)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03773802-W 20150625/150623235746-8974613bf906301666b1168d63a98369 (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 |