Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

R -- Administrative, Force Management, and Procurement and Resource Analysis Support

Notice Date
3/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Intelligence and Security Command, HQ USAINSCOM, Directorate of Contracting, HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
OMNIBUSIIISB
 
Response Due
3/21/2009
 
Archive Date
5/20/2009
 
Point of Contact
Lacy L. Hairston, 703-428-4561<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers 2 on Presolicitation Notice Omnibus III Info Tech-Mgmt Intel-Oper Admin and FM RM Presolicitation Notices Question 1: I am looking to find out if on the Small Business requirement, OMNIBUSIIISB, if a small business is able to prime on more than one of the requirements? I am assuming that they would be able to as long as there is no conflict of interest, but wanted to verify this information with you. ANSWER 1: YES Question 2: Is it the Governments intention to keep the Administrative, Force Management, and Procurement and Resource Analysis Support functional areas separate as unique solicitations per the original strategy or will these 3 functional areas be combined into one solicitation that will be a SB set-aside? ANSWER 2: YES, ONLY ONE SOLICITATION WILL BE ISSUED INCLUDING THREE SAMPLE TASK ORDERS FOR THE THREE FUNCTIONAL AREAS IDENTIFIED. Question 3: Is it the Government's intention to proceed directly to the final RFP stage and by-pass the draft RFP stage? ANSWER 3: YES. Question 4: Is the acquisition strategy of 3-5 awards per category as discussed at Industry Day still valid? ANSWER 4: YES. Question 5: At Industry Day potential offerors were advised they would be able to bid individual categories for which they qualified and not be required to bid all categories in the solicitation. Is this still INSCOM's approach? ANSWER 5: YES Question 6: Under the OMNIBUSIIIFO will the contractor be required to price out all the required tasks for Information Technology/Management & Intelligence/Operations? ANSWER 6: IF YOU PROPOSE ON BOTH, YES Question 7: I have an additional question for you regarding the Full and Open requirement(s). From the questions and answers you mentioned that the full and open competition requirement(s) would be released as two Solicitations, so is it safe to say that there will be two different solicitation numbers? Also, if this is the case, will they both be released on or about March 15 as stated on FBO? ANSWER 7: YES and YES Question 8: Will funding advancements be given to the small business that is selected to participate on the subject contract? ANSWER 8: NO Question 9: Now that INSCOM is planning on splitting the requirement into two separate procurements, one covering the three set-aside Requirements Categories and the other covering the two full and open competition Requirements Categories, is it still the intent to treat each Requirements Category as a multiple award contract? Specifically, for the Technology Management and Intelligence Operations Support procurement, will bidders be expected to submit a single proposal covering both areas or will each area be treated as a separate contract? ANSWER 9: YES AND YES. Question 10: Some of our qualifications and past performance information can only be adequately described at a classified level. Will classified proposals be allowed? ANSWER 10: YES Question 11: How long or when is the release of the RFP? ANSWER 11: TBD Question 12: Is there a ceiling cap NTE on each requirement, for example, and amount for each under I/O and IT/IA? ANSWER 12: TOTAL CEILING FOR OMNIBUS3 Question 13: How will the Target allocated dollar amount on the Omnibus III will be divided into the 5 procurements? How much will be apportioned to each procurement? ANSWER 13: NOT ANSWERING ANY THESE QUESTIONS. Question 14: How many awards will there be in each procurement? ANSWER 14: THE EXACT NUMBER HAS NOT BEEN DETERMINED. Question 15: Please clarify or confirm our understanding of the new acquisition strategy since the release of the Q&A document on 3/3: a. Administration, Force Management & Program and Resource Analysis 1 solicitation, SB set-aside ANSWER 15a: CORRECT b. Intelligence and Operations and Information Technology/Information Assurance 2 solicitations, F&O ANSWER 15b: CORRECT Question 16: Is it still the intent of the government to implement multiple awards for each solicitation? If so how many awards are anticipated per solicitation? ANSWER 16: THE EXACT NUMBER HAS NOT BEEN DETERMINED, TBD Question 17: When is the anticipated release date of the Intelligence & IT portions of OMNIBUS? ANSWER 17: THIS QUESTION HAS ALREADY BEEN ANSWERED Question 18: Im currently researching one of the contracts that you are working on: OMNIBUS Rapid Labor Service Support Requirements III. Im inquiring about whether a solicitation has been issued for these efforts. Any information that you can provide in regards to this inquiry is both welcome and appreciated. ANSWER 18: NOT AT THIS TIME Question 19: Will an offerer be required to submit a separate proposal for each functional area in the OMNIBUS SB competition, or will an offerer be required to submit one proposal that encompasses all three functional areas? ANSWER 19: IF AN OFFEROR IS PROSPOSING ON ALL THREE, THEN A PROPOSAL FOR EACH SHOULD BE SUMBITTED. Question 20: Could the Government please provide a clarification on the RFP release date? ANSWER 20: THIS QUESTION HAS ALREADY BEEN ANSWERED
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6dedb1680c044888cb3dbb5cd435450&tab=core&_cview=1)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA<br />
Zip Code: 22060-5246<br />
 
Record
SN01774499-W 20090322/090320221035-b6dedb1680c044888cb3dbb5cd435450 (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.