Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

R -- Information Technology Enterprise Infrastructure Support

Notice Date
5/2/2008
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (1TT), 10 Causeway Street, Suite 1085, Boston, Massachusetts, 02222
 
ZIP Code
02222
 
Solicitation Number
R1BK13080039
 
Response Due
5/12/2008 11:00:00 AM
 
Point of Contact
Anthony W. Pellegrino, Phone: 617-565-5750, Douglas E. Punzel, Phone: 617-565-5769
 
E-Mail Address
anthony.pellegrino@gsa.gov, douglas.punzel@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Question: If the requirement is firm fixed price such that billing does not vary by level of effort, if some of the government administrators become unavailable, can the offeror assume that the level of government support will continue by other means or if the contract requires more than 35,000 hours to perform, that a contract modification could be negotiated to add resources. The contract type is, for the most part, fixed price because the number of hours per labor category will not vary greatly during contract performance. However, the contractor will be paid only for hours worked, i.e., the price per hour is fixed; however, the number of hours worked may vary slightly. The exact schedule for each person will be established during the transition period. As in most IT environments there will be times when additional effort (beyond the normal 40 hour work week) is required. The government will pay for these hours at the rates agreed to in the award. The total hours agreed to in the award document can not be exceeded without a modification to the contract. Question: The announcement from April 2 did not include a Program Manager. May the offeror propose one as part of the contract staffing? The government requirement is from Page 5 of the RFP: B.9.1 TASK 1 - PROVIDE PROJECT MANAGEMENT The contractor shall provide project management support of contractor personnel under this Contract. This includes the management and oversight of all activities performed by contractor personnel, including subcontractors (if applicable), to satisfy the requirements identified in this Performance Work Statement (PWS). When the project manager is not available the contractor shall designate another staff member as the government's point of contact for all activities associated with this project. It is the decision of each offeror to propose a solution that meets the requirements of the RFP. The methodology staffing and labor categories proposed are up to each offeror. Question: Page 49, section 5.b, requests firm fixed price cost proposal. Does this refer to firm fixed price hourly rates with billing varying by number of hours worked or firm fixed annual and monthly price without regard to number of hours worked ? The contract type will be classified as Fixed Price. The labor categories will be set at a firm fixed price including prices for option periods. The expectation is that each full time employee will work a 40 hour work week. The exact schedule for each person will be established during the transition period. As in most IT environment there will be times when additional effort (beyond the normal 40 hour work week) is required. The government will pay for these hours at the rates agreed to in the award. The total hours agreed to in the award document can not be exceeded without a modification to the contract. Question: Please provide the approximate number of UNIX and windows servers being supported in tasks 5 and 6. 3) 12 Unix servers 200 Windows Question: For the NOC in task 3, may the offeror propose single person coverage or must offeror propose two person coverage at all times? May offeror propose that only one NOC Technician be present at the NOC during off hours? The offeror may propose one person on off hour's shifts, but the offeror shall fully staff these positions at all times including sick, vacation, etc. The offeror may backfill the position from existing staff, (without impacting other operations). If the fill-in is normally a higher priced labor category, the hours billed would be at the rate of the NOC position and not at the higher priced labor category. Question: For planning purposes when does the government estimate the time of award? The existing order is due to expire on 31 July 2008. The government expects to make an award that will allow an orderly transition to occur prior to that date. The exact date of award will be determined based on the number of proposals received and the transition periods proposed by offerors. Question: Is the current scope equal to the scope of the new RFP, and if so is this scope being handled adequately in the 31,000 to 35,000 hours annual LOE listed? The scope of this RFP represents the governments understanding of the existing workload and future requirements. Please refer to attachment E for the position requirements and the expected growth areas. Hours worked under the previous contract are not directly equivalent to the requirements of this RFP. Question: Are all the technologies listed in place currently or are some which are similar in function proposed options (e.g. Heat & Remedy). The technologies listed are currently in use. However, as in any IT environment, specific products are updated, modified and/or replaced to meet changing requirements. The government's expectation is that the successful offeror will provide the government with recommendations on innovative tools and procedures that will result in improved efficiencies. This will occur throughout the life cycle of the award. Question: At what point is "Special IT Project Assistance" determined to be out of scope, and how will that determination be made? Any special project that require would labor categories that have not been included in the award or exceed the ceiling for the funds awarded for the period of performance would require a review and determination of scope. Question: Can you more fully define an "average" 30-40% annual change in the infrastructure (refresh, new applications, new technologies, etc.)? And how much of that change is due to which drivers? The reference to 30-40% change was to alert the offerors to the dynamic nature of the OCS data center environment. The changes can be in the form of hardware or software and include refresh, new applications and new technologies. Please review paragraph B.15, Task 7 of the RFP. Question: What Linux variants are currently in place? • AIX 5.3 • CentOS 4.2 • BIGIP 4.5.14 • Red Hat Linux ver - 9, 7.3, Enterprise ES - 4, ES - 3, AS 4 • ESX 2.5.5 • SUSE Linux Enterprise Server 10 SP1 and subsequent releases of SUSE Linux Enterprise Server (SLES) Question: Is there currently an OCS website? What base functionality beyond basic login and document retrieval is anticipated? Is there a web development tool in place? If not, will a recommended tool be furnished by the gov't? OCS does currently have a website but will be reworking its look. Standard web developer should have the skill set to generate adhoc, web pages and applications in a small dynamic manner that will allow a fluid transition of information for both our internal staff and external customers. These applications, while being small in nature, should be able to have standard look and feel to present a professional appearance to our customers. The tools to be used for web development will be provided by the government and will be based on the standards of Department of Commerce's policy. Dreamweaver has been used in the past. Question: Who is the incumbent on this contract and what is the current headcount and the support provided? GSA did not award or administer the previous contract. The requirements of this RFP are based on the government's immediate and foreseeable needs. The existing order is not the basis for this RFP and should not be the basis for a new proposal. Please refer to attachment E for technical requirements. Question: What is an acceptable timeframe to transition the program from the incumbent? The transition must be completed by 31 July 2008. The offeror shall propose a transition plan that will be completed by this date. Question: Will the incumbent be available for overlap and information exchange? The incumbent is under contract to the government through 31 July 2008. Question: For the offerors submission. is the cost proposal counted as part of the 15 pages or as an attachment? The cost proposal does not count against the 15 page limit. Question: Can you provide the Page 1, SF 1449 as a.doc file? The Government currently does not have a.doc version of the SF1149. Question: Would the government consider excluding Section 4 - past performance and Section 5 - Cost/Price from the page limit which is currently 15 pages? Sections 4 and 5 are attachments and not counted against the 15 page technical proposal limit. Question: Given the depth and breadth of requirements within the statement of work and the breadth of management functional areas that must be addressed, would the government consider increasing the page count for the combined section 1 - technical, section 2 - management approach and section 3 - personnel and project staffing to 30 pages? The 15 page limit applies for sections: Section 1: Technical Approach Section 2: Management Approach Section 3: Personnel and Project Staffing Other sections and attachments are not counted against this limit. Question: Would the government consider treating Section 4 - past performance and Section 5 - Cost/Price as 2 separate attachments or as appendices with no page limits? The 15 page limit applies for sections: Section 1: Technical Approach Section 2: Management Approach Section 3: Personnel and Project Staffing Other sections and attachments are not counted against this limit. Question: Will the government accept electronic submission of responses? If so, what email address should be used? All responses should be submitted electronically to anthony.pellegrino@gsa.gov with a copy to james.fahey@gsa.gov Question: If physical responses are to be submitted, what address should be used for submission of hard copy responses? Physical responses are discouraged. However, if a contractor feels compelled to send hardcopy submissions, the address is: Anthony Pellegrino GSA 10 Causeway Street - Room 1085 Room 1085 Boston MA 02222 (617) 565-5750 Question: What was last year's budget & number of resources by labor categories? The budget is not relevant to this procurement and is Government sensitive information that will not be shared during the solicitation phase of this procurement. Question: When is the anticipated contract award/contract begin date? The existing order is due to expire on 31 July 2008. The government expects to make an award that will allow an orderly transition to occur prior to that date. The exact date of award will be determined based on the number of proposals received and the transition periods proposed by offerors. Question: What is the requirement for small business prime vs sub-contracter? Is there a 51% Small/ 49% Sub requirement? This is a small business set-aside. The Contractor shall comply with the Federal Acquisition Regulation. See, especially FAR Part 19. Question: Is it acceptable to include a reference which is based upon the experience of a Sub? Should this be branded as such or merely referenced? If the reference of the sub-contractor is a reference to include specific personnel that will be assigned to work this order then that reference is acceptable. Sub-contractor references that do not include specific personnel to this order are not relevant. Question: Is there a reason we lost 2 weeks on the modification #2 proposal submission date of May 23? As a result of that modification we made resource plans to support proposal preparation based upon personnel availability. Will GSA reconsider using the May 23 date? There was a discrepancy among the dates in FedBizOpps, Page 2 of the solicitation, and the date on the SF1449. Both FedBizOpps and Page 2 of the solicitation state 1100 hours, May 12, 2008; however, the SF1449 erroneous stated 1100 hours on May 23, 2008. An Amendment to the modification clarified the date. In order to meet program requirements, it is necessary for a May 12, 2008 response date. Question: I wanted to check if the contract type that would be awarded from this solicitation had been finalized? That is, whether the ensuing contract would be Cost-plus, etc? This award will be a fixed-price contract. The labor categories will be set at a firm fixed price for the base year and all option periods.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2cbe9f66c3c0a173eaadb22bd2e0477&tab=core&_cview=1)
 
Place of Performance
Address: 5285 Port Royal Road, Springfield, Virginia, United States
 
Record
SN01565603-W 20080504/080502215638-f2cbe9f66c3c0a173eaadb22bd2e0477 (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.