Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
MODIFICATION

R -- ACCOUNTING AND FINANCIAL SUPPORT SERVICES

Notice Date
1/21/2005
 
Notice Type
Modification
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON0805S5492
 
Response Due
1/28/2005
 
Archive Date
2/12/2005
 
Description
THIS IS AMENDMENT NO. 1 TO COMBINED SYNOPSIS/SOLICITATION NO. BBGCON0805S5492 POSTED ON JANUARY 11, 2005 FOR R?ACCOUNTING AND FINANCIAL SUPPORT SERVICES. Pursuant to FAR Subpart 19.502-2(b), the Contracting Officer has set aside this acquisition for small business participation because there is a reasonable expectation that offers will be obtained from at least two responsible small businesses. Thereby, this requirement is a Total Small Business Set-Aside. Following are answers to questions that were submitted by interested offerors: Question (Q)1 - What is the total number of positions to be staffed? Answer (A) 1 - The solicitation requires the offeror to use its best judgment and expertise for the number of people required for this effort. Q 2 - When are proposals due? A2 - 2:00pm EST, January 28, 2005. Q3 - Is there an incumbent contractor for this work? A3- Yes. Q4 - If so, who is it? A4 - Federal Management Systems, Inc. (FMS). Q5 - Does this work qualify for a set-aside? A5 - Yes, the notice has been amended to set-aside this requirement for small businesses. Q6 - What accounting applications are the BBG and IBB utilizing? A6 - The Federal Financial Systems. Q7 - Is this procurement the result of a follow-on/recompete of a previous incumbent contract? If so, please provide me with the following (in order of importance): a) Contract Number, b) Contractor Name, c) Estimated Contract Value, d) Award Date, and e) Period of Performance. A7 - a) Contract No. GS-10F-0173K /Delivery Order No. BBG-D04-08-2002 (including Modification Nos. 1-4; b) Federal Management Systems, Inc.; c) $180,000.00; d) July 26, 2005; e) August 2, 2004 through February 28, 2005. Q8 - Is there an incumbent? If so, why is this contract being re-bid? A8 - Yes, there is an incumbent. The present contracted services were ordered only for a short period, based upon urgent and compelling reasons, until a new full term contract is competed and awarded. Q9 - Why is this procurement not a Small Business Set-Aside? A9 - As amended herein, this requirement is a Total Small Business Set-Aside. Q10 - If there is an incumbent, is their current level of performance considered acceptable? A10 - Yes, their current level of performance is acceptable, however, improvements could be made. This is because the present requirement was initially awarded for a short term. Now that BBG is competing for a possible 5- year term, we want permanent solutions to the shortcomings of the present requirement. Q11 - If there is an incumbent, are they eligible to compete? A11 - Yes, if the incumbent is a small business for this applicable NAICS code, as are all small businesses. Q12 - What is the current Level of Effort? A12 - Please refer to the answer to Question No. 7 above. Q13 - Would the government consider only requiring resumes for the base positions only, as opposed to base positions and additional positions? A13 - No. Q14 - Who are the key personnel and what are the resume requirements? A14 - Key personnel aren?t identified. However, be advised that each person assigned to this requirement has to obtain in a timely fashion, a BBG and State Department systems clearance in order to perform their functions. Q15 - a) Are the proposed services currently being provided by an existing contractor? b) If so, is the current contractor eligible to bid on the proposed RFP? A15 - a) Yes. b) Please refer to the answer to Question No. 11 above. Q16 - a) What is the current staffing and hours for the proposed RFP. b) How many personnel are currently staffed? c) What are their classifications? d) What is the total number of hours incurred for the proposed services by classification in prior years? A16 - a) See A17 below. The answers to the remaining questions are available through the Freedom of Information Act (FOIA). Q17 - In order to provide a comparable basis, are there an estimated number of hours anticipated for each proposed staffing classification? A17 - 2080 hours per person annually, as stated in Section (v) of the RFP. Q18 - How many resumes are required to be submitted in the proposal for each staffing classification? A18 - The number of resume submissions is determined by the offeror. Q19 - Can the offeror specifically breakout the percentage allocated to each of the technical and cost areas? A19 - No. Q20 - Is the offeror requesting a firm fixed price to perform the requested tasks or a schedule of rates for the requested Contract Line Item Numbers (CLIN)? A20 - See Section (v). The offerors? price proposal shall reflect a firm-fixed hourly rate for each proposed position that shows 2080 man hours per year. The cumulative sum of all proposed positions, including man hours, should total a firm-fixed price (1 Job) for the Base Year and each Option Year thereafter. Q21 - If the Offeror is requesting a firm fixed price, can the offeror provide the estimated staffing or hours required as many of the tasks are not quantifiable (i.e. support for troubleshooting, analysis of financial and reporting systems, support to identify, analyze, and resolve BFMS and RMS related problems, etc?)? A21 - Please refer to Statement of Work (SOW) as a firm-fixed price (FFP) is required for the Base requirement, which is one (1) job. Also, note that a FFP is requested for all options. Q22 - Are there specific experience or educational requirements for the proposed staffing classifications? A22 - See Section entitled ?REQUIRED CONTRACTOR CAPABILITIES? in Section (vi) of the RFP. Q23 - Is there an incumbent on this contract? A23 - Please refer to the answer to Question No. 4 above. Q24 - Can the incumbent bid on this solicitation? A24 - Please refer to the answer to Question No. 11 above. Q25 - When is the expiration date on the incumbent? A25 - February 28, 2005. Q26 - What is the number of staff currently working on this project? A26 - Please refer to the answer to Question No. 16 above. Q27 - What are the hours of operation? A27 - The Contractor must be available an 8-hour period between the core hours of 7:15am to 6:30pm. Q28 - Are there scattered hours of operation allowed? A28 - Please refer to the answer to Question No. 27 above. Q29 - What are the peak hours of operation? A29 - Please refer to the answer to Question No. 27 above. Q30 - How many years of experience are required on the resumes of staff? A30 - Please refer to the answer to Question No. 22 above. Q31 - How many team members are required for this project? A31 - Please refer to the answer to Question No. 1 above. Q32 - Besides BFMS and RMS reporting systems, are there any other systems that you suggest we explore? If so, how many are there, and which ones would you like us to further explore? A32 - You should mainly be concerned about the financial reporting systems for this requirement that are stated in the Statement of Work. PLEASE BE MINDFUL THAT THE LAST DAY FOR QUESTIONS WAS JANUARY 19, 2005. PROPOSALS ARE DUE AT THE BROADCASTING BOARD OF GOVERNORS, OFFICE OF CONTRACTS, ATTENTION: MARLENE BROOKS, 330 C STREET, SW, ROOM 2527, WASHINGTON, DC 20237 ON JANUARY 28, 2005 AT 2:00 P.M. EASTERN STANDARD TIME. PROPOSALS MAY BE EMAILED TO mbrooks@ibb.gov OR FAXED TO (202) 260-0855 AND MUST BE SIGNED BY AN OFFICIAL AUTHORIZED TO BIND THE ORGANIZATION.
 
Place of Performance
Address: 330 Independence Ave. SW, Washington, DC
Zip Code: 20237
Country: USA
 
Record
SN00737902-W 20050123/050121211513 (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.