Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

R -- Biometrics Operations and Support Services Unrestricted (BOSS-U) Acquisition, Questions and Responses - 3rd Set

Notice Date
8/13/2008
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-08-R-0032
 
Response Due
8/18/2008
 
Archive Date
10/17/2008
 
Point of Contact
William L. Giles, 703-325-5770<br />
 
Small Business Set-Aside
N/A
 
Description
BOSS-U Questions (3rd Set) Question: 1 Reference: RFP Section L__, Paragraph(s) L.1 3) a)___, Page(s) _76___ and Response to Question 14, released with Amendment 2 Question/Comment: The RFP states that, Type fonts shall be not less than 10 point, except in graphics where it shall be large enough to be legible. Question 14 asks, Do lines of text presented in a table format count against the 45 lines of text per page limit? The response states, No. Font and margin restrictions do apply. Since table content does not count against the lines-of-text restriction, we assume that tables are considered graphics subject to the font and margin restrictions that apply to graphics. Is this correct? Response 1: Tables are not considered graphics and as such must comply with minimum font size and page margin restrictions. Question: 2 Reference: Responses to Question 1 and 31, released with Amendment 2 Question/Comment: Question 1 references the instructions in Section L that state, Foldouts shall not exceed 5 per Volume and are considered two pages for each foldout counted toward the volume maximum page count. The response to Question 1 states that, The following language counted toward the volume maximum page count has been removed from L.1.3. The response to Question 31 says, The referenced language has been revised. Foldouts will count toward the page count. It appears that one response counts the foldout pages against the maximum volume page count and the other removes the language that makes the foldouts part of the page count. Is page count determined by adding the 5 foldouts (10 pages) to the maximum page count for the volume (e.g. 50 pages for Technical plus 10 pages of foldout material) or by including the foldouts in the maximum volume page count (e.g. 50 pages for Technical which includes no more than 10 pages of foldout material)? The first example permits a total of 60 pages of material if all foldouts are used. The second permits a total of 50 pages of material whether foldouts are used or not. Response 2: Each page of incorporated foldouts will be counted toward the maximum page count for that section. Question: 3 If you deem this RFP primarily as a requirement for commercial items, then FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal RequirementsCommercial Item should apply. Contrarily, FAR 52.216-29 should apply for the competitive acquisition of Non-Commercial Items.Our initial understanding was that the BOSS-U program was a DoD contract that would required the successfulofferor to use commercial available tools to achieve contract objectives. Based on our review of the solicitation, we believe that theRFP should be amended to includeFAR 52-216-29. Under FAR 52.216-29, offeror may propose blended rates in response to government solicitations. However, FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal RequirementsCommercial Item Acquisition requires offerors to identify for each proposed labor hour rate whether the rate applies tothe prime contractor employees, subcontractor or affiliated division. Thanks in advance for your assistance. Our goal is to submit a fully compliant and responsive proposal in response to the referenced solicitation. Please provide clarification at your earliest convenience. Response 3: Offerors should submit a single loaded labor rate for each labor category contained in Attachment J-4 (Price Table). This acquisition is not strictly T&M. The contract will allow for FFP, T&M, and Cost Reimbursble CLINs so that Task Orders issued can be either FFP, T&M, or Cost Reimbusable or even a hybrid. This acquisition will comply with FAR 52.216-31. This contract will not be for non-commercial items and thus FAR 52.216-29 doesnt apply. Note: The loaded hourly rates are ceiling price rates and the Contractor may, at its discretion, elect to propose lower hourly rates on a task by task basis
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41d3b30736c40c26aa0626302ac103cf&tab=core&_cview=1)
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA<br />
Zip Code: 22331-0700<br />
 
Record
SN01639854-W 20080815/080813225355-41d3b30736c40c26aa0626302ac103cf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.