Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
MODIFICATION

D -- Credit Reform Support

Notice Date
10/27/2004
 
Notice Type
Modification
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street Suite 203, Arlington, VA, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-R-05-0001
 
Response Due
11/2/2004
 
Archive Date
11/17/2004
 
Description
The following are the responses to questions received regarding this solicitation. The complete amendment can be downloaded at http://www.dsca-gifts.org/)after COB 28 October 2004. SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES (End of Summary of Changes) The following items are applicable to this modification: SECTION SF 1449 - CONTINUATION SHEET QUESTIONS & RESPONSES 1. The following questions have been received from industry. The following are responses from the government. QUESTION 1: Is there another URL we need to go to, to get this information? This one takes me to the SAMM, ?How to organize cash flow estimates in a spreadsheet? and ?Performing re-estimates with the revised subsidy calculator.? RESPONSE: These documents will be posted to the following website by COB October 28, 2004 for industry review. (http://www.dsca-gifts.org/) QUESTION 2: The solicitation makes numerous references to an existing contractor, which has been supporting DSCA. Can you let us know the name of that contractor and the duration of time for which the company has been supporting DSCA? RESPONSE: The incumbent is IBM. The period of the performance is releasable via FOIA. QUESTION 3: Volume IV of the solicitation requires a Subcontracting Plan in accordance with FAR 19.704. As a small business offeror, I am assuming we are not required to provide that plan. RESPONSE: See FAR Part 19.702 (2) (b) ?Subcontracting plans (see subparagraphs (a)(1) and (2) of this section) are not required- (1) From small Business concerns; (3) For personal service contracts; (4) For modifications to contracts within general scope of the contract that do not contain the clause at 52.219-8, Utilization of Small Business Concerns (or equivalent prior clauses; e.g. contracts awarded before the enactment of Public Law 95-507)?. QUESTION 4: I appreciate the timely response. Can you please tell me who the incumbent contractor is and whether that firm intends to bid on this work? RESPONSE: See question #2. The government cannot provide guidance or information to potential contractors and if they plan to propose on a solicitation. QUESTION 5: I wanted to touch base with you about the combined solicitation released on today on FBO, number HQ-0013-05-R-0001. Is there an incumbent contractor, and if so, what is the contract number for that contractor? RESPONSE: The incumbent is IBM. The contract number is GS-23F-9758H. QUESTION 6: Although, pages 11 and 66 of the Solicitation reference the type of contract as a firm fixed price contract, page 6, states that it is very possible that the Technical Direction requests will become the predominant work for this project. Does DSCA expect task 6 to be excluded from the firm fixed price and priced on a time and materials basis given the uncertainty of the tasks that will be assigned? RESPONSE: Task 6 will not be excluded from the FFP. It should be priced according to the instructions provided in ?Instructions to Offerors?. QUESTION 7: We understand that one of the key tasks in the Solicitation is to review and revise, as appropriate, the current Visual Basic model (deliverable 1c on page 6). In the absence of information regarding the scope and complexity of the current application, it is difficult to estimate a firm fixed-price bid to review and revise the model. Can DSCA provide additional information regarding the capabilities of the existing software, (e.g., the numbers of code modules and line counts, whether third-party packages are used, or whether this is a ?.NET? application or the older style of compiled Visual Basic, etc.)? RESPONSE: No additional information is available other than the information provided in the performance work statement. QUESTION 8: Is this a full and open competition? Are GSA rates acceptable? RESPONSE: This acquisition is ?unrestricted? and GSA rates are acceptable. QUESTION 9: Is a Quality Control Plan required? Although it is not listed as a deliverable, it is discussed in the evaluation criteria on page 45. RESPONSE: In accordance with sub factor c, a quality control plan is required in accordance with the language presented. QUESTION 10: Please clarify the deliverable policy outlined on page 12 that discusses the number of days in which the Government will review deliverables and the contractor will incorporate the Government?s revisions. Are these days ?Working? or ?Calendar Days?? RESPONSE: Paragraph 14.0 is revised to read as follows: ?Upon receipt of the Government comments, the contractor shall have 15 working days to incorporate the Government?s comments and/or change requests and to resubmit the deliverable in its final form. If written acceptance, the Government within 15 working days of submission of draft does not issue ?????????????. QUESTION 11: Page 13 references one base year and 4 option years; however, page 44 references one base year and 3 option years. Please clarify the anticipated period of performance: RESPONSE: Page 44, (2) (1) is revised to read: ? The Contracting/Pricing Volume consist of the OFFER (The solicitation document as completed and signed to include, as a minimum, the pricing sheet/schedule B, filled in for the base year (one-year) and all option years (4 )(four-one year options)) and all certifications required. QUESTION 12: Will this be awarded under a GSA schedule? RESPONSE: See page 47 of 76, Clause 52.212-2, Evaluation?Commercial Items (JAN 1999) (a). QUESTION 13: If not under GSA Schedule, may the contractor propose GSA-equivalent prices, terms and conditions, recognizing that it would not be a transaction under the schedule? RESPONSE: In accordance with the language on page 41 of 76, ? (e) Multiple Offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately?. Any proposal submitted must be responsive to the terms and conditions set out in the solicitation. QUESTION 14: If not under a GSA schedule, may the contractor propose GSA-equivalent prices, terms and conditions, recognizing that it would not be a transaction under the schedule? RESPONSE: In accordance with the language on page 41 of 76, ? (e) Multiple Offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately?. Any proposal submitted must be responsive to the terms and conditions set out in the solicitation. QUESTION 15: May the contractor submit its most recent corporate-wide, commercial subcontracting plan? RESPONSE: See response to question #3. QUESTION 16: Please clarify why a DPAS rating is used. RESPONSE: Block 13a of the SF 1449 shall remain unchecked. This is a typographical error. This solicitation is not subject to a DPAS rating. QUESTION 17: Recognizing that this is FFP, the government is requesting a breakdown of labor categories and hours. Please clarify if the government also expects to see the hourly labor rates, and the extended dollar amount for each category in the Contracting/Pricing Volume. RESPONSE: Yes. QUESTION 18: Is box 27a or 27b of the SF 1449 considered checked? RESPONSE: The offeror is reminded that clauses FAR 52.212-1, 52.212-4, 52.212-3 and 52.212-5 are ALL included in the solicitation. QUESTION 19: Based on page 4 of 76, Section 1. Introduction, it states, ?We are looking for a contractor capable of supporting the current system, working with DSCA to determine current and future requirements, risks, changes and maintaining/upgrading this system.? What is the current system? RESPONSE: The current system is a system that determines current and future requirements, risks, and changes. In addition, the contractor will be responsible for maintenance and upgrades. QUESTION 20: Based on page 7 of 76, ?Task 5 ? Maintainance and Updates: The contractor shall offer support to repair of fix software problems. In addition to maintenance, the contractor shall prepare a report identifying the level of support necessary to maintain and update software problems. Will DSCA provide information to contractors on its current system that will establish a basis for pricing Task 5? RESPONSE: The government has provided all the available information to price task 5 as stated in the solicitation, PWS. QUESTION 21: Based on page 7 of 76, ?Task 6 ? Technical Direction (TD). A. In the event that DSCA must consider moving to a new software application the contractor will be required to work with the DSCA POC to define the requirements to transition from the current software to a new to be determined software based application. If this change should become necessary DSCA would expect the contractor to support all phases of this transition.? Will DSCA provide information to contractors on its current system that will establish a basis for pricing Task 6. RESPONSE: All information in regards to Task 6 is already stated in the PWS. This is a FFP RFP. QUESTION 22: On page 4 of 76 in Section 1, Introduction, the solicitation states, ?Currently the Credit Reform Project is supported by a GSA contract awarded several year ago.? Based on the above, does DSCA expect pricing to be in accordance with a specific GSA contract schedule? RESPONSE: No. This is a FFP RFP. QUESTION 23: Who developed the existing cash flow model? RESPONSE: The incumbent developed the existing cash flow model. QUESTION 24: When was the current cash flow model devleoped? RESPONSE: Year 2001 QUESTION 25: How many separate assumptions have been used to devleop the current cash flow model? RESPONSE: There are no assumptions in the model. QUESTION 26: What is the number of loans in the existing portfolio? RESPONSE: There are 12 loans in the existing portfolio. QUESTION 27: What is the number of loans being issued each year? RESPONSE: Zero to one QUESTION 28: What are the characteristics of the existing portfolio, i.e., number of risk categories, cohort years, etc.? RESPONSE: Three risk categories and seven cohort years. QUESTION 29: Can DSCA provide documentation describing its current cash flow model(s)? RESPONSE: It?s a Cash Flow Model using excel and visual basic to calculate the basic cash flows. QUESTION 30: Based on the lack of specific information provided in the solicitation , KPMG requests that DSCA extend the due date of the final proposal by two weeks to give all bidders an opportunity to properly consider an appropriate service plan? RESPONSE: Presently, the government is not entertaining any extensions. All proposals are due by 2 November 2004 at 9:00 A.M. EST. A sources sought notice was posted on 12 Oct 2004 and the offeror that presented this question responded on the 18th of October. Therefore, the government feels sufficient time has been permitted to construct a proposal. QUESTION 31: Is there a funding ceiling for each Task? Tsk 1,2,3,4,5,6,& 7? If not per task then per total task? RESPONSE: There is no ceiling per task or total task. This is a FFP RFP. QUESTION 32: Is there an estimated level of effort to be performed for each Task? Task 1,2,3,4,5,6, & 7? RESPONSE: There is no estimated level of effort to be performed for each task. This is a FFP RFP. QUESTION 33: Is there an incumbent contractor currently performing the tasks in the SOW? RESPONSE: See question #2. QUESTION 34: Who are all the interested bidders? RESPONSE: The government does not maintain a bidders mailing list. 2. All other terms and conditions remain unchanged.
 
Place of Performance
Address: 201 12th Street, South, Ste 203, Arlington, VA
Zip Code: 22202-4306
 
Record
SN00700028-W 20041029/041027212243 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.