MODIFICATION
D -- Financial Management Systems Information Technology Support Services (FMS-ITSS)
- Notice Date
- 1/17/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Pension Benefit Guaranty Corporation, Chief Management Officer, Procurement Department, 1200 K Street, N.W., Washington, District of Columbia, 20005-4026, United States
- ZIP Code
- 20005-4026
- Solicitation Number
- APP_2017-0034
- Archive Date
- 10/28/2017
- Point of Contact
- Dan Swart, Phone: 20232640007472, Patrick McFarlane, Phone: 20232640003334
- E-Mail Address
-
swart.dan@pbgc.gov, mcfarlane.patrick@pbgc.gov
(swart.dan@pbgc.gov, mcfarlane.patrick@pbgc.gov)
- Small Business Set-Aside
- N/A
- Description
- Updated anticipated milestones and anticipated acquisition strategy are as follows: RFP Release: Mid-March Proposals Due: Mid-April Award: Mid-June Full and Open Competition Period of Performance: July 2018 - July 2023 (Base Year Plus four Option Years) Contract Types: Firm Fixed Price, Labor Hour and Time & Materials Anticipated Technical Evaluation Factors: - Technical Approach and Understanding of Requirements - Organizational Experience and Past Performance - Staffing and Key Personnel - Task Order Management - Quality Control - Small Business Subcontracting Plan Feedback and/or questions are welcome on these updates especially regarding the following: 1) Is 30 days sufficient to respond to the RFP? PBGC intends to issue a draft RFP prior to Mid-March 2) What are the best practices in utilizing the anticipated contract types to best incentivize the contractor to provide innovation, creativity and efficiencies on task orders especially on development and modernization tasks? 3) Are there specific examples of how fixed price award fees, performance incentives or delivery incentives promoted innovation, creativity and efficiencies in an economical and timely manner on relevant tasks? Also, please identify the applicable objectively measurable tasks and/or targets to be considered for anticipated task orders. 3) PBGC intends to require offerors to respond to a sample IT system operations and maintenance task order as well as a sample development and modernization task order. Are there other suggestions on best practices to evaluate an offeror’s ability to execute these two types of tasks besides past performance? 4) Are there any other evaluation factors that would allow PBGC to distinguish the most qualified contractor offering the best value?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/PBGC/CMO/PD/APP_2017-0034/listing.html)
- Place of Performance
- Address: 1200 K St NW, Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN04791243-W 20180119/180117230825-bf7ebb890c73c51f78fa020205847a27 (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 |