Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
MODIFICATION

R -- Asset Computerized Maintenance System Operation and Maintenance

Notice Date
1/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-10-R-410010
 
Point of Contact
Ginger G Woodington,
 
E-Mail Address
ginger.g.woodington@uscg.mil
(ginger.g.woodington@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Q5: Regarding RFP page 16, Key Personnel and Proper Mix of Personnel and page 97, currently, key personnel are defined as those that are "program, supervisory, quality control, and maintenance analysis personnel." The listed positions utilized for ALC, SFLC, and LTPIO do not include positions designated as "program", "supervisory", or "quality control." Given that offerors are required to provide resumes for key personnel, would the Government provide a specific list of those positions titles designated as key personnel? Given that the Technical Proposal is limited to 50 pages, and that offerors must present their technical approach, past performance, corporate experience, and management approach within this page limit, and that there are potentially more than 15 positions designated as "key personnel", may offerors be allowed to provide synopses or bios for key personnel within the 50 page limit, with complete resumes included in an Appendix to Volume I? This will allow offerors to provide the Government with sufficient detail regarding accomplishing the work requirements, as well as provide the Government with suitable information regarding key personnel. A5: The current positions identified are those for performance of the actual work at all levels. Key positions identified are for maintenance analysis personnel and for those responsible for assuring the work is satisfactorily performed. Resumes for key personnel may be provided in addition to the 50-page limit. Q6: IT Security Plan, RFP I.9 HSAR 3052.204-70 Security Requirements for Unclassified Information Technology Resources (Jun 2006) RFP page 49, (b) and (1) - "The Contractor shall provide, implement, and maintain an IT Security Plan....Within ["insert number of days"] days after contract award, the contractor shall submit for approval its IT Security Plan." The number of days is omitted. Within how many days after contract award shall the IT Security Plan be submitted? A6: Since the successful firm will not be connecting to CG servers, this requirement is not needed. All users will be using CG computers. Q7: Uniformity of Proposal Format, Written component RFP Pg. 97, ADDENDA L.5.2 Uniformity in Proposal Format, Written component - "Technical proposal shall be limited to 50 pages...Each page is one sheet 8 1/2 X 11...Times New Roman font with 12 point size...charts, tables, or graphs shall be in Times New Roman font with 12 point size...Multiple pages of foldouts shall count as an equivalent of 8 1/2 X 11" pages." Please clarify the statement "Multiple pages of foldouts shall count as an equivalent of 8 1/2 X 11" pages." Does this mean the proposal can include as many pages of foldouts as are considered necessary to meet the requirements? Does this mean one foldout page equals one 8 1/2 X 11" page? We would like to recommend that the requirement for charts, tables or graphs to be in 12 point size be changed to 10 point size. Using a 12 point in the graphics will make it more difficult to convey concepts given the page size and limit requirements. A7: One foldout page equals one 8 ½" x 11" page. Ten point font size is acceptable for charts, tables, and graphs; any smaller will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-R-410010/listing.html)
 
Place of Performance
Address: The primary location(s) of work are the Aviation Logistics Center (ALC) in Elizabeth City, NC and the Surface Forces Logistics Center (SFLC) in Baltimore, MD. Work for the Logistics Transformation Program Integration Office (LTPIO) is currently provided at ALC and SFLC., Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02049076-W 20100127/100125234652-293d0dc8abb2a84919872df5c5e98630 (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.