Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2004 FBO #0928
MODIFICATION

R -- Q & A, Amendment 2 and SOW Revision 1 posted to DCC-W webpage.

Notice Date
6/9/2004
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-R-0029
 
Response Due
7/9/2004
 
Archive Date
9/7/2004
 
Point of Contact
Maria Hayes, 703-695-8651
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(maria.hayes@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 2 and SOW Revision 1 have been posted to the DCC-W webpage. NOTE: The RFP date remains unchanged. Interested parties may access all applicable documents at the following site: http://dccw.hqda.pentagon.mil/services/RFP1.asp Scroll down and select W74V8H-04-R-0029. Follow the directions. If difficulty exist in accessing the link, use the following link: http://dccw.hqda.pentagon.mil/ On left hand side, click on SERVICES, then on right hand side, under SERVICES FOR BUSINESS PARTNERS, click on RFPS. Scroll down and select W74V8H-04-R-0029. The following questions were received from an interested party: Q1. Please confirm the RFP is in fact small business set-aside, NAICS 541611, $6M size standard. A1. This is the correct NAICS and size standard. Q2. For the Cost Proposal, page 2 of 35 -- do we roll up CLINs 0001AA, AB, ...AG and use those aggregated numbers to fill in CLIN 0001's quantity, amount, etc? Same question for CLINs 0002, 0003, 0004, 0005. A2. YES. Q3. Also, please explain the difference between TOT ESTIMATED PRICE and CEILING PRICE for each CLIN -- wouldn't they be the same? A3. See FAR Part 16.6 Q4. Cost proposal, section L, page 28 of 35, do you envision that all the sample tasks will be actively worked throughout the base period and each of the option periods -- i.e., all 10 tasks running simultaneously for 4+ years? A4. The sample tasks are us ed to provide clarity and specificity to the scope of the anticipated base contract and will be used for evaluation purposes. After award, individual Task Statements of Work will be developed, as judged necessary by the Government. For purposes of develop ing the cost proposal associated with the 10 sample tasks, you should price out all ten tasks as if they were running simultaneously for the 60 months. Q5. On the same page, same paragraph, do you want us to compute a total fee as if this were a CPFF? A5. This is a T&M contract with loaded labor rates. Q6. Do you envision awarding Task Orders for anything other than T&M? A6. No. Q7. In the SOW, page 3 of 10, Sample Task 3.1 -- NCO/CF, first line -- should one of the words '...of within...' be deleted? A7. Yes. Q8. Similarly, near the end of paragraph 7.2, page 9 of 10, should one or two of the three words '...by the to...' be deleted? A8. No. Insert the word 'contractor' after 'the'. All changes to the SOW have been incorporated into SOW Revision 1.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00601055-W 20040611/040609212234 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.