Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
MODIFICATION

R -- Program Review/Development Services

Notice Date
11/18/2005
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 875 North Randolph St., Suite 1425, Arlington, VA, 22203-1995
 
ZIP Code
22203-1995
 
Solicitation Number
N00014-05-R-0019
 
Response Due
11/25/2005
 
Archive Date
12/10/2005
 
Point of Contact
Evangelina Toledo, Contract Specialist, Phone 703-696-7831,
 
E-Mail Address
toledoe@onr.navy.mil
 
Description
Amendment 1 to Solicitation N00014-05-R-0019 1. Under section III., entitled ?Description,? paragraph (4) is revised to read as follows: (4) Conduct learning agility/competency assessments and feedback for the candidates, and guide them in writing Individual Development Plans (IDPs) that will accelerate their personal growth and enhance job performance. NOTE: The Strategic Leadership Program will be conducted at ONR Headquarters in Arlington, VA by the end of the calendar year 2006 2. Under Section IV, entitled ?Order Details,? paragraph g, is revised to read as follows: g. Place of Performance: Work will be performed at ONR in Arlington, Virginia. 3. Under Section V entitled ?Proposal Requirements,? paragraph 1 is revised to read as follows: 1. Proposal Format: The Offeror?s proposal should be divided into two sections: (1) Technical Proposal, and (2) Cost Proposal. The length of the technical proposal shall be no more than 15 pages, exclusive of resumes, references, and title page. There are no limits on the number of resumes, references, or the pages for the cost proposal. The proposal should be written and organized so as to be compatible with the Statement of Work, the company?s organization and accounting structure, and proposed costs. The technical proposal should include the following: the Offeror?s understanding of and approach to the requirement, resumes of all proposed personnel, and the amount of proposed hours for all proposed personnel (including subcontracts). The Offeror should describe how the work activities required to complete the statement of work will be done. The Offeror should explain specifically: how technical objectives, tasks and deadlines will be determined; how staff responsibilities will be assigned; the number of anticipated direct labor hours required by labor category to complete the task; whether consultants and/or subcontractors will be utilized; the nature of any other direct costs such as those required for computing and reproduction; how the quality and timeliness of work performance will be supervised and controlled; and how the Offeror will coordinate with the program office. The Offeror should include information relative to previous efforts for the same or similar services provided in the past to include contract numbers and Government points of contact where applicable. The Offeror should explain what corporate facilities are available and would be used in support of the work including computer resources. The Offeror should submit a cost proposal indicating the hourly labor rate for the quantities and types of labor proposed, listing any consultants/subcontracts, and identifying other direct costs proposed (to the extent known) and the amount (rate) of indirect costs, if any, to be applied to ODC?s. The cost proposal should have a cover sheet indicating the performer, title, proposal date and number (if applicable), citation of the solicitation number, technical point of contact (name, telephone, fax, and e-mail), business point of contact (name, telephone, fax, and e-mail), and the signature of an official authorized to contractually bind the offeror. 4. This amendment also answers the following questions from prospective offerors: (1) Is this new work, or is there an incumbent? Answer: There is an incumbent, Guide Consulting, 1133 NW 11th Ave. Suite 217, Portland, OR 97209-3012 (2) If there is an incumbent, is that organization a small business with revenues averaging less than $6M? Answer: The incumbent is a small business with revenues averaging less than $6M. (3) How many FTEs does this contract require? Answer: There is no required number of Full Time Employees (FTEs) for the contract. (4) May we have the name of the contractors, consultants or others involved, and contract numbers? Answer: The contractor?s name was provided in answer to question (1). There are no consultants involved. Contract number is N00014-04-M-0415. (5) If the Strategic Leadership Program has been conducted in the past, would you please provide us with agenda, schedules, and other germane materials from your archives. Answer: None of the requested information is in the contract file. (6) Please confirm that you intend to award a Firm Fixed Price Contract. If so, please clarify and define the requirement associated with the ?surge capacity? discussed in section V. 1. Proposal Format ?in second paragraph on page 3 of the solicitation. Further, given the very specific number of labor hours (323), please give us your envisioned breakdowns of those limited hours by both labor category and contract month (or calendar dates). Answer: I cannot provide the envisioned breakdowns of the number of hours. The award will be a Firm Fixed Price contract. The sentence in paragraph 1 of Section V that contained ?surge capacity? was deleted from the solicitation. (7) In gauging the scope of the project, do all line items in the solicitation apply to the same group of ?approximately 40? Fleet S&T Advisor and Research Associate Director candidates mentioned in line item 3? Answer: Yes, the effort is for both Science Advisors and Associate Directors
 
Record
SN00934666-W 20051120/051118212325 (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.