Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2018 FBO #5901
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
 
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 |
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.