Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2008 FBO #2256
MODIFICATION

R -- SCHEDULE, EARNED VALUE & COST ESTIMATING TECHNICAL SERVICES

Notice Date
1/28/2008
 
Notice Type
Modification
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
20910
 
Solicitation Number
DG133E-08-RP-0015A
 
Response Due
2/13/2008
 
Point of Contact
Lester Pagano, Contract Specialist, Phone 301-713-4795, Fax 301-427-0021
 
E-Mail Address
lester.a.pagano@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT TWO 1.The purpose of this amendment is to clarify and amend portions of the Solicitations and to issue answers to submitted questions. The following changes to the solicitation are made: a.Amend SF-33, Page 1, Block 7 to read as follows: NOAA/NESDIS/IPO-NPOESS Centre Building, 10th Floor (Attn: Ken Bell, Rm 10-003) 8455 Colesville Road Silver Spring, MD 20910 (301) 713-4914 Kenneth.bell@noaa.gov b.Amend Section L.10 REQUIREMENTS FOR PROPOSAL FORMAT AND GENERAL INSTRUCTIONS, paragraph a, Page 42 as follows: Delete the wording ?and oral presentation charts? c.Amend the proposal organization table in Section L.10, Page 43 as follows: (1) Add the wording ? 15 pages for QAP? in Volume I, Maximum Number of Pages block and (2) Add the wording ? 2 page Executive Summary? in Volume III, Maximum Number of Pages block. d.Amend Section L.10.2 (Specific Areas to be Addressed), paragraphs a,b and c, Page 45 as follows: (i) paragraph a, change M.2.4.2 to M.4.2, (ii) paragraph b, change M.2.4.3 to M.4.3, M.2.4.3.a to M.4.3.a and M.2.4.3.b to M.4.3.b and (iii) paragraph c, change M.2.4.5 to M.4.5. e.Amend Section L.10.2.a, Page 45 as follows: (1) delete the wording ?an acceptable Quality Assurance Plan?. f.Amend Section L.15 NUMBER OF AWARD(S), Page 54 as follows: (1) revise ?March 14, 2008? to read ?March 31, 2008?. g.Amend Section M.4.2 TECHNICAL APPROACH, Page 57 as follows: Delete paragraph (f) - Acceptable Quality Assurance Plan 2.QUESTIONS & ANSWERS Question 1. Section C.2.1.2 (Program Objectives) - This section notes that "The objectives of this effort are to augment the Government's expertise in earned value, schedule and cost estimating". Does this imply that at least one contractor is already supporting a part of the SECTS effort? If so, who are the contractors presently supporting this effort? Also, what percentage of the total effort (total workload**) is being supported by the incumbent contractors? Note - Depending on the size of the SECTS augmentation effort planned by the Government, ICS, Inc. might have to consider teaming alternatives. **Section C.2.1.2 (Scope) defines the Total Effort / Workload = 60% NPOESS + 40% GOES-R Answer: One contractor is currently augmenting the government?s expertise in earned value, scheduling and cost estimating support for both NPOESS and GOES-R. Tecolote Research, Inc is the contractor currently providing this support. The CSETS contract will continue this support after the existing contract with Tecolote Research, Inc ends this Spring. Under the new requirements, 100% of the earned value and cost estimating is being performed for the GOES-R program; 50% of the GOES-R Programs scheduling will be performed on this contract. Currently, 90% of the earned value and 100% of the cost estimating and schedule is being performed for the NPOESS program. Question 2. Considering that the RFP requires an offeror to cost this (augmentation?) efforts for the Base and four Option Years for providing the SECTS support to the IPO-NPOESS and the GOES-R Programs, how much "augmentation" effort (what share of the each program's percentage effort?) should an offeror consider for estimating the cost for each program? What are the extents (metrics) of the augmentation and/or of the total efforts in terms of the total number of systems, subsystems, tasks, schedules and/or the number of WBSs to be considered for costing each of the two programs? Answer: For the GOES-R program, 100% of the earned value and cost estimating and 50% of the Programs scheduling will be performed on this contract. 90% of the earned value and 100% of the cost estimating and schedule is being performed for the NPOESS program. GOES-R will have 7 contracts that fall under EV, cost and schedule support requirements. Two prime contracts, one for the Spacecraft and one for the Ground System, and five separate instrument contracts that will be provided to the Spacecraft vendor for integration as Government Furnished Equipment. NPOESS will have 5 contracts that fall under EV, cost and schedule support requirements. One prime A&O contract and four (3 instrument & 1 ground) separate subcontracts that will be provided to the prime vendor for integration. Only the prime on NPOESS requires cost estimating support. Question 3. Could the Government provide/suggest the formal/suitable website links that an offeror can use to study and assess the SECTS related efforts for costing the two programs noted in the RFP? Answer: Two web sites that may be useful to understand the technical and programmatic content for the two programs are http://osd.goes.noaa.gov/ and http://npoess.noaa.gov/. Question 4. Or, should an offer do its own research of the NOAA and NASA websites related to the two programs for assessing the total and augmentation efforts required for costing purposes? What other alternate guidance can the Government provide for assessing the SECTS efforts for costing the two programs? Answer: The two websites listed above provide multiple starting points to find a large amount of data for both programs. Additionally, these two programs are not classified and therefore a large amount of information is available through standard web queries. Question 5. Section C.2.3.4 (Scheduling) - This section requires a contractor to "have a thorough understanding of all the major schedule software products and tools. What "major schedule software products and tools" are currently being used by the Government on the IPO-NPOESS and GOES-R programs? Answer: The GOES-R program currently uses Microsoft Project? and Milestones Professional? software products for schedule support. The NPOESS program currently uses Microsoft Project? and @Risk software products for schedule support. Question 6, Also, in line with Questions # 5, What "major Earned value and Cost Estimating software products and tools" are currently being used by the Government on the IPO-NPOESS and GOES-R programs? Answer: NPOESS and GOES-R programs currently use wInsight for earned value support. Question 7. As noted in Section L.10, paragraph a, it notes that each proposal volume shall begin with an Executive summary, not to exceed two pages. As stated under Section L.10, paragraph b, (1), Volume I (Business Proposal) ? it notes the inclusion of an Executive summary and in the Section L.10, ?Proposal Organization Table? it notes for Volume II (Technical Proposal) an Executive Summary is required but there is no other reference of the requirement for an Executive Summary in Volume III ? Cost / Price. Is there are requirement for a Cost / Price Executive summary? Answer: Yes. The ?PROPOSAL ORGANIZATION? Table in L.10 shall be amended to reflect the 2 page Executive Summary. Question 8. Given that this is a Cost-Plus-Fixed-Fee Contract, will the Government provide the anticipated level of effort by labor category? Answer: No, the Government requests the offeror to provide their estimate of anticipated level of effort required to support the acquisition the size of NPOESS and GOES-R. Question 9. Section L.15 (Number of Award (s) ) - Will there be a transition period allowed for the awardee to prepare (its resources) before the start of the contract work? If so, how long will it be? Answer: As both NPOESS and GOES-R are on-going programs, cost, EV and schedule support must be maintained continuously; it is expected that selected contractor be prepared to provide full support at the initiation of the contract. Question 10. Under the requirements for the Business Volume submission under Section L.10.1 paragraph c ?Acknowledgement of Receipt of Amendments?, are Contractors to provide signed copies of the amendments within this volume and will all amendments that are to be included and signed within Volume I ? Business Proposal be electronically posted on Federal Business Opportunities? Answer: Yes. Amendments must be signed and in the Business Proposal Volume as required by the solicitation. Because of an issue with electronic attachments concerning this solicitation, SF-30s cannot be posted but will be provided upon request via e-mail. Question 11. Under the requirements of Section H.5, paragraph d, as stated ?When aircraft are used in connection with performing the contract ?? does the requirement apply when commercial or chartered aircraft are utilized in employee travel to attend relevant contract related meetings and SOW support? Answer: H.5 is the mandatory DOC clause required in the contract. In regards to H.5d and H.5e, it is not anticipated that the Offeror will be required to provide any aircraft or vessels. As such, d and e are not applicable until, at such time, the contract would call for those items to be provided. Question 12. Under the requirements of Section H.5, paragraph e, please concur that the required Certificate of Insurance submission requirement under Section L.10.1, paragraph g, does not require vessel liability coverage inclusion within the Certificate of Insurance as submitted within the Business Proposal Volume. Please additionally concur that should contract performance eventually require the use of vessels, the Contracting Officer shall require, at that time, and as determined by the agency, the requisite liability insurance requirements for which the contractor would then need to provide such liability coverage. Answer: H.5 is the mandatory DOC clause required in the contract. In regards to H.5d and H.5e, it is not anticipated that the Offeror will be required to provide any aircraft or vessels. As such, d and e are not applicable until, at such time, the contract would call for those items to be provided. Question 13. For pricing purposes, should bidders assume a start date of 14 March 2008, as defined in provision Section L-15 as the award date? Answer: No. The anticipated date is 31 March 2008 but is not necessarily the actual start date. However, the actual start date may occur before or after the projected date. Question 14. Please reference Section L, paragraph L.10.2, paragraphs a. (Technical Approach), b. (Management Approach/Corporate Experience), and c. (Staffing/Personnel Plan), on page 45 of the RFP; at the end of each paragraph it references paragraphs from Section M that are not listed or identified in Section M of the RFP. Please clarify, provide, or delete paragraph references M.2.4.2, M.2.4.3, M.2.4.3.a, M.2.4.3.b, and M.2.4.5. Answer: In regards to Section L.10.2 referred to on Page 45 of the solicitation (?Specific areas to be addressed?), the correct references should be M.4.2, M.4.3, M.4.3a, M.4.3b and M.4.5. Question 15. Would this procurement be considered for a SDVO Set-Aside? Answer: No. An RFI was previously issued to determine who could fulfill the Government?s requirement. Based on industry?s response, it was determined that a small business could meet the Government?s requirements. Question 16. Section L.10.A (page 42) indicates that the proposal shall be prepared "in portrait orientation, except for information presented in tabular/graphic format and oral presentation charts". There appears to be no other reference to an oral presentation requirement within the document. Please clarify. Answer: Delete the words ?and oral presentation charts?. An oral presentation is not required. Question 17. Section L.10.2 specific areas to be addressed (page 45) contains several references to Section M.2.4.x. However, Section M does not contain these sections. Please confirm what sections are intended by these references (assumed to be M.4.x). Answer: In regards to Section L.10.2 referred to on Page 45 of the solicitation (?Specific areas to be addressed?), section a should read M.4.2 vice M.2.4.2 and section c should read M.4.5 vice M.2.4.5. These sections (M.4.2 and M.4.5) accurately cross reference Sections L and M. Question 18. Section L.10.2 specific areas to be addressed (page 45) and Section M.4.2(f) refer to an "Acceptable Quality Assurance Plan" within the Technical Approach Volume of the proposal. However, the 20 page allocation for Volume II seems to limit the inclusion of a well-developed plan that can be easily adopted for use under the resultant contract. Please consider allowing the Quality Assurance Plan to be submitted as an attachment to Volume II with a separate 15 page allocation requirement. Answer: Section L.10.1. VOLUME I ? BUSINESS PROPOSAL, paragraph k refers to the Quality Assurance Plan (QAP) being placed in Volume I. An amendment will be issued deleting M.4.2.f from the Technical Approach and limiting the QAP to 15 pages. Question 19. How many past performance questionnaires are needed? Answer: There are not a set number of questionnaires required. 20. In Section L ? Volume II instructions, it refers to one page for key and non-key personnel. Is that per person/resume? Answer: Yes. 21. FedBizOps and the Standard Form 33 (SF-33) have conflicting addresses. Which is the correct address? Answer: The FedBizOps System and the NOAA Procurement System have different addresses that are standard in the systems. The address on the SF-33 is being changed manually to reflect an accurate address to ensure the arrival of proposals at the correct office. The address is modified to the following: NOAA/NESDIS/IPO-NPOESS Centre Building, 10th Floor (Attn: Ken Bell, Room 10-003 8455 Colesville Road Silver Spring, MD 20910 (301) 713-4914 E-Mail Address: Kenneth.bell@noaa.gov 3.Instruction To Offerors: Proposals must be sent to the address identified in this amendment and addressed to Mr Ken Bell. Government contact information is: (Primary) Lester A. Pagano Jr, Contract Specialist, NOAA NESDIS AD; Phone 301-713-4795; e-mail address lester.a.pagano@noaa.gov. Alternate is Ken Bell, Contract Specialist , NOAA NESDIS AD; Phone 301-713-4914; e-mail address kenneth.bell@noaa.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133E-08-RP-0015A/listing.html)
 
Place of Performance
Address: NOAA/NESDIS/IPO-NPOESS Centre Building, Suite 1450 8455 Colesville Road Silver Spring, MD
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01494483-F 20080130/080128230120 (fbodaily.com)
 
Source
FedBizOpps 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.