Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2002 FBO #0042
MODIFICATION

X -- This is a continuation of modification 0006. Questions 45 through 70 are listed below.

Notice Date
1/11/2002
 
Notice Type
Modification
 
Contracting Office
Military Traffic Management Command, PARC, ATTN: MTAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
DAMT01-02-T-0033
 
Response Due
1/18/2002
 
Archive Date
2/17/2002
 
Point of Contact
Toye Latimore, 703-428-2067
 
E-Mail Address
Email your questions to Military Traffic Management Command, PARC
(latimoret@mtmc.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a continuation of the questions in amendment 6. 45. Item 0070 quantity lists 1,600 yet just two lines below asks for 1,600 and for a quantity of 400. Please clarify. Does this answer apply to the option year as well? Response: See item 54 on attachment 3 for 1,600 name badges. The #400 corresponds to ribbons. 46. Item 0073 requests a unit price with a quantity of 17 (referring to 17 hours) to cover the number of hours a photographer is to be available. But the description in attachment 3 also states that the film, proof sheets, delivery costs and 200 pictures are to be included in this per hour price as well. If the Government or the MTMC were to reduce the number of hours or order a smaller quantity of hours (less than the listed 17) would this proportionally reduce the final number of finished product pictur es as well? Are you asking for 11.76 finished pictures per associated unit price (per hour) or 200 finished pictures for each hour? Does this apply to the option year as well? Response: See Item 57 on attachment 3. 47. Item 0074 requests a unit price for a quantity of 30 units for 10x10 pipe and drape for 30 booths. But the description on page 15 of 97 as well as on page 75 of 97 lists Booths and tables and 2 tables size (16x48). Please clarify if the unit price is supposed to be for booth pipe and drape only or for booth pipe and drape with tables? Does this apply to the option year as well? Response: 0074 is for pipe and drape; See item 58 of attachment 3. 48. Item 0075 requests a unit price for 200 running feet of pipe and drape. It is an industry standard that there is a base cost for material and labor and the additional feet although having some effect to the cost does not greatly change it. For example , 200 running feet could cost $300.00. If you only ordered 150 running feet it could still cost $300.00 due to the labor and set-up costs. If you ordered 225 running feet it could cost $315.00, but there is no way to break down the cost to a unit of a fo ot as requested without bidding an unbalanced line item and perhaps ultimately overcharging the government unnecessarily. To prevent the unbalances may we bid a quantity as a lot and not as a foot? Does this also apply to the option year? Response: Replace the word lot where feet, inches and decimal is stated throughout the CLIN structure sheet for the base and option year as well as on attachment 3. 49. Item 0080 asks for a cost for rosters and lists attachment 3 as the reference but attachment 3 does not list or mention rosters. Is this line item a mistake on the part of the government? Response: See Paragraph 9.12 and item 64 of attachment 3. 50. Why are we asked to bid on rosters in item 0080 when we already bid on this exact same item in 0005? Are there 1,600 rosters required or 3,200 rosters required? Response: Item 0080 and 0005 are 2 different CLINS 51. We are very confused over item 0088 as the Government has asked us to bid on this item three times in three separate item numbers, yet it appears the government only wants one set of ribbons. The ribbons appear in item 0005 (9.10), Item 0070 and now i n 0088. What is the correct number of ribbons the Government is requested and which is the correct line item? Response: 0005 is Registration, 0088 refers to ribbons, See item 54 of attachment 3. 52. Does this apply to the option year as well? Response: Yes, the same CLINS for the base year have option year CLINS 53. What is the purpose of item 1077 (200 running feet of pipe and drape) and item 1078 (100 running feet of pipe and drape)? Is this a mistake on the part of the government and item 1078 should be the same as item 0076? Is the Government requesting pipe and drape or pipe and drape velour? There are two very different items. Response: CLIN 1077 and CLIN 1078 and CLIN 0076 are all separate CLINS and should be addressed and priced. 54. Paragraph 1.3 states th e majority of the work to be performed shall be during the actual one-week symposium timeframe however the solicitation as a whole does not reflect that. Is the Government stating that at least 51% of the total work is performed during the one-week timefr ame? How does the Government define majority? Response: This is a true statement. The majority of the planning is done outside of the one-week conference period of performance. All this statement means is that, the majority of the planning is inclusive of the one-week period of performance. 55. It appears that over $150,000 of direct costs and out of pocket expenses must be paid in advance by the Contractor prior to the one-week symposium timeframe based on SOW requirements. Further, I see the Government has offered commercial interim paymen ts. Are these the same as progress payments? If not, what specific differences are there between progress payments and interim payments? Response: See Federal Acquisition Regulation, Parts 32 and 52. 56. SOW 6.14 states that the Government will provide security for approximately 32 hours. SOW 6.2 states that the Government requires use of the room from Sunday at 7 a.m. through Thursday at 6 p.m.-a total of 107 hours. Who is providing the security for the remaining 75 hours? Response: All offerors should be concerned with providing security for 32 hours. 57. Does the MTMC prefer hotels only or hotels and convention center combinations? What combination has the MTMC used the last five years? Response: The MTMC will entertain hotels and convention centers in accordance with the Statement of Work. 58. I'm confused; I thought the gaming and labor restrictions were removed from the solicitation per your December 13th addendum. However, it appears to be re-instated. Please advise or better yet, please explain the need to avoid a gaming destination as defined in your document since you are currently holding your meeting in Dallas, Texas which is a gaming state (Texas has a lottery. In fact, 47 of the 51 US contiguous states have official lotteries). Moreover, the city of Dallas has several facilities that are labor facilities-not sure about the Wyndham. To my knowledge, the only three- (3) non-gaming states are North Carolina, South Carolina and Alabama, which were not part of your market research, which puzzles me since your requirement is so restri ctive. Are these restrictions in line with the SBA/SBD regulations? I've tried to reach the Mr. Kevin Kelly, SBD officer but to no avail during the holiday season-I will certainly try again right after the New Year. Response: MTMC considers gaming cities to be cities that are recreation destinations involved in heavy gambling with casinos in hotels. MTMC has determined that the overall perception of improper use of taxpayer funds would be vulnerable in such cities . Labor cities are not restricted. 59. Regarding the site recommendation, are you open to receiving more than one option for the city/property, as we wish to remain as flexible as possible to insure that we choose a destination that suits the needs of the program manager, planning group, an d the audience. Please advise. Response. Yes 60. Does the room block for lodging accommodations (sleeping rooms) represent 100 percent government use, and therefore should additional rooms be blocked for non-government attendees? If additional rooms are needed for non-government attendees, how many rooms should be blocked for each of the days required. Response: The room block represents the total number of rooms required with a mix of government/military and industry. 61. Item 6.3 in the statement of work refers to 150 exhibit booths. Is 150 the total number of booths and does the 150 number include the 40 government booths and displays? Also, attachment 3 (specifications), item #58 asks for pipe and drape for 30 gove rnment exhibit booths and tables. Response: Total number of booth s is approximately 150 of which approximately 30 are government booths. Paragraph 6.3 should read 30, item #58, attachment 3 is correct. 62. Is this referring to the same government exhibit booths included in the 150 above or does it represent another set of exhibit booths in the amount of 30? An accurate count is needed for assessing costs. Response: The estimate number of government booths is 30. 63. Please explain exhibit hall facilities to be utilized. If the facility has already been identified what type of information will be provided 45 days prior to the symposium start date? Response: The offeror must include the exhibit hall facilities within their proposal. 64. Item 0090 and Item 1091 ask for a cost for totebags. However, the MTMC has already asked for a cost for the totebags in 0005 and 1005. According to the way it is written the MTMC wants two sets of 1600 totebags. Please clarify how many totebags the MTMC wants and which line we should bid on. Response: CLIN 0005 is correct. Paragraph 9 speaks to Registration Management; 1 set of totebags is required. 65. Although the MTMC states the conference will be held in the same facility for two years, must the exact same meeting and exhibit facilities be available for two years as well? Response: Yes 66. Are the projectors that are listed in Attachment 3 that are utilized in the general session room front or rear screen projection? If they are front screen projection, would it be correct to assume that the projectors must be flown? If this is correct , where is the associated rigging, chain motor, flyware equipment listed in Attachement 3? Response: Front screen projection that is flown. The offeror must incorporate the cost for all associated rigging, chain motors, flyware and equipment. 67. Items 008 through 0016 and Items 1008 through 1016 ask for a unit price and amount for lodging. However, if we fill in these totals we would exceed the NTE totals. Therefore, how does a bidder respond to these items? Response: The NTE totals are correct. The government cannot instruct the offerors on how to construct their proposals. 68. Please give very specific item numbers for both the base year and the option year as to what comprises the NTE totals for each year. Response: CLINS 0001-0092 represent the base year CLINS and CLINS 1001-1092 represent the option year CLINS. 69. Are items 0008 through 0016 and items 1008-1008 through 1016 the same exact thing as Attachment 2? Do we need to fill both of them out and return them? Response: All CLINS must be priced on the CLINS structure sheets and submitted with your proposal. 70. How is a bidder to know what price range the Government is in as it relates to a motivational speaker as they range from $1,000 to a $100,000 plus expenses for a one hour presentation? Is it the bidder's choice? Response: An attachment for a base and option year for attachments 2 and 3 should be submitted.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: Military Traffic Management Command, PARC ATTN: MTAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
Country: US
 
Record
SN20020113/00013932-020112090458 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.