Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
MODIFICATION

R -- R- PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES

Notice Date
11/17/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-AATEA
 
Response Due
11/30/2004
 
Archive Date
1/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Following are questions and answers to W9124Q-AATEA, dated 3 November 2004. All other information remains the same. 1. Question: Do the performance qualifications apply to the prime contractor or to the team that the prime may assemble? 1. Answer: Following the criteria it is up to the Offeror how he submits his proposal. 2. Question: Regarding the following PreSol. I wanted to know where the exact place of performance requirements were. Will it require all FTE's to be onsite at White Sands or can it be a blend of offsite and onsite? 2. Answer: Onsite at TRADOC sites as required and limited offsite support as required. 3. Question: Is Advanced Systems Technology the incumbent contractor? 3. Answer: This inquiry must be submitted to the Contracting Office in accordance with the Freedom of Information Act, FOIA. 4. Question: Regarding the subject solicitation can you provide clarification concerning the criteria: 'd. Interpretation of data through multi-media and production products.' 4. Answer: Use multimedia and other presentation documentation tools to display, present, and document analysis results. 5. Question: The subject pre-solicitation notice states that the 'contractor will provide support to all areas of the TRAC Mission Essential Task List (METL).' After a quick search of the Internet and Army Knowledge On-line, I am unable to locate the spe cified TRAC METL. Do you intend to make this METL available as part of a bidder's reference/resource repository, or should I strive otherwise to obtain a copy? 5. Answer: See Modification 2 of the Synopsis. 6. Question: Is there an incumbent contractor, and if so, who is it, what is the contract number, value and expiration date? 6. Answer: See Answer to Question 3. 7. Question: I am currently researching solicitation number W9124Q-AATEA for the Research, Engineering And Analysis Activities. I have a few questions that I hope you can help me with. My questions are: 1. Is this procurement considered a new requirement? 2. If this procurement is not considered a new requirement? a. Who is the incumbent? b. What is the contract number 7. Answer: See Answer to Question 3. 8. Question: a. How is this work being performed today? Government personnel? One or more contractors b. If contractors, please provide the following contract data: Contract number, Contractor corp name, Contractor POC and phone/email, Period of Perf, Dollar value: 8. Answer: See Answer to Question 3. 9. The requirement for 5 years experience in three out of four of the listed 'areas' 1. a-d, limits newly-formed companies -like ours - that are otherwise qualified. a. Questions: Please consider whether the government's needs can be met with the 2-year experience applied to all the 'areas'. 9a. Answer: In the best interest of the Government, the capabilities for this requirement must remain as stated. b. Question: For companies with less than five years of existence, might the experience of the owner/officers and/or Program Manager count to meet the five-year requirement? Please amend the announcement as appropriate. 9b. Answer: The required experiences as stated in the synopsis. 10. Question: Given the recent modifications to the original sources sought synopsis, will there be any adjustment to the phase one response date? 10. Answer: Response date remains the same. 11. Question: Also, we are an SB under 500 but do not meet the 23M size standard. Is there any possibility of adjusting the size standard if sufficient qualified, competition has not been found? 11. Answer: The size standard is in accordance with the Small Business Administration NAICS. 12. Question: Site Visit. Is it the Government's intent to provide a site visit for potential bidders? If so, when will this occur? 12. Answer: A site visit wil l be offered to those offerors who are rated as viable as a result of the Phase 1 responses. There is no date for the site visit at this time. 13. Question: Does the government intend to release a Statement of Work (SOW, draft or otherwise) prior to the 30 November 2004 deadline for Step I (Phase I) submissions that delineates the types and levels of support required in support of 'The contracto r will provide support to all areas of the TRAC Mission Essential Task List (METL)'; and, to serve as a guide for tailoring the requested Experience to the types and levels of support required for this effort? 13. Answer: The synopsis is considered Phase 1 of a multiple step selection and award process. In order to participate in this competition you must submit your responses to the four criteria listed in the synopsis. The most viable candidates will recei ve the solicitation which will require the submission of price, past performance, oral technical and, or, management proposals. 14. Modification 02 changed the level of required facility security clearance from SECRET to TOP SECRET as well as added the requirement for TOP SECRET clearances for designated positions, including the Program Manager. a. Question: How many TOP SECRET clearances are required and for which positions? 14a. Answer: At a minimum, the project manager is required to have a Top Secret clearance; others are required by task assignment. b. Question: How many SECRET clearances will be required? 14b. Answer: All contractors in the TRAC-WSMR facility require a SECRET clearance c. Questions: What is the mix for the current incumbent staff relative to TOP SECRET and SECRET clearances? Are there any proposed staff who will not require a clearance? 14c. Answer: No. d. Questions: Is the ability to be able to obtain and/or reactivate a TOP SECRET clearance sufficient? 14d. Answer: Yes, eligibility for the Interim suffices, but clearances are required as stated in amendment 2 to the synopsis. e. Question: Are there any other special access considerations 14e. Answer: None, at this time. f. Question: What prompted the change in clearance levels? 14f. Answer: An error. g. Question: Are we now to identify the Program Manager candidate who is required to have and maintain a TOP SECRET clearance? 14g. Answer: Yes h. Question: Are we now to identify other proposed personnel with TOP SECRET clearances that may be required for the designated positions? 14h. Answer: The SECRET AND TOP SECRET requirements are as stated in the Synopsis and Amendment 2 to the synopsis. i. Question: Are we now to identify other proposed personnel with a minimum SECRET clearance level to support the final requirement, 'and a minimum of SECRET clearance on your employees'? 14i. Answer: See 14h above. 15. Question: What projects and/or programs has TRAC supported, is currently supporting and/or anticipated to support (again to tailor the levels of experience to the levels and types of technical program support provided)? 15. Answer: Information was provided in the synopsis and amendments to the synopsis. 16. Question: Do the page limitations include Cover/Title page, Table of Contents, an Introduction, and/or Summary? 16. Answer: Page limitation is as stated in the synopsis. 17. Question: Relative to the original announcement and the statement, 'To accomplish these tasks, TRAC develops, maintains, configuration manages and operates selected war fighting models.', what are these selected war fighting models? 17. Answer: VIC, Janus, Castforem, and COMBAT XXI 18. Question: What specifically is meant by 'multi-media and production projects'? 18. Answer: See answer to question 4. 19. Question: What software and/or hardware tools and media are being referred to? 19. Answer: The software and/or harware will be stand alone. 20 . Question: Your requirement for 'at least 5 years experience in 75% of the areas' appears to be very restrictive and may preclude relatively new small businesses who may have established expertise and experience in these areas from participating. What criteria was used to establish this requirement? 20. Answer: The transition process and operation of the contract require a fully qualified and experienced staff. 21. Question: Who is the Source Selection Authority for this effort 21. Answer: This information is not available.
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN00709500-W 20041119/041117212014 (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.