MODIFICATION
R -- LOGISTICS SUPPORT SERVICES
- Notice Date
- 9/12/2002
- Notice Type
- Modification
- Contracting Office
- Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4700-02-T-0051
- Response Due
- 9/20/2002
- Point of Contact
- Brenda Geist, Contracting Officer, Phone (703)767-1172, Fax (703)767-1172,
- E-Mail Address
-
brenda_geist@hq.dla.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this amendment is to respond to vendor questions received to date. QUESTION: Is this a small business set-aside? ANSWER: Yes 100%. QUESTION: Why are there a specified number of hours listed per each labor category (CLINS 0001 thru CLIN 0006). What do the hours represent? ANSWER: Not to exceed amounts. QUESTION: If the hours listed in CLINS 0001 thru CLIN 0006 are estimates, are they estimates per year or for the contract life? (Solicitation states -- "all for a one-year base period with four separately priced option years for the same hours applicable to each CLIN.") Please clarify. ANSWER: Per year. QUESTION: Do you expect a proposal to include prices for CLIN 0007 Other Direct Costs (ODCs)? ANSWER: The ceiling for CLIN 0007 is $100,000.00 as well as each subsequent option year. QUESTION: Will these prices/costs be proposed and negotiated when notice of an event is given after contract award? ANSWER: A request for proposal will be requested for each event and the fixed price per event will be awarded at that time. QUESTION: If pricing is required with the initial proposal, where is a description of a planned event in order for estimates to be provided? ANSWER: See previous response. QUESTION: Will the Government use an IMPAC card as a method of payment? If yes, please explain circumstances. ANSWER: No. The contractor will be required to submit an invoice that is certified and forwarded to the Defense Finance and Accounting Service for payment. QUESTION: Under minimum and maximum -- you list $10,000 as minimum contract amount. Is this the total amount the Government is obligated to spend? ANSWER: This is a minimum. QUESTION: Does this apply to the total contract life? ANSWER: Yes. QUESTION: Maximum states -- total negotiated amount for the respective base period and each option period. Please explain. ANSWER: The Maximum will be established as the total award amount for the base and each option period. QUESTION: Under "contractor responsibilities" -- it indicates the contractor shall, at this own expense, obtain all permits, etc. Is it the Government's intention for the contractor to have these items before contract award or rather the ability to obtain them prior to a scheduled event? ANSWER: The ability to obtain them prior to a scheduled event. QUESTION: Also under contractor responsibilities, it states in relation to damage when may occur to materials, buildings, vegetation, etc. "If the contractor fails to use reasonable care, he shall replace or repair at no expense to the Government or as the KO directs." Please define "as the KO directs." Who will determine "reasonable care"? ANSWER: Delete as the KO directs. QUESTION: Under Instructions to Offerors - Evaluation factors - Factor 1 MANAGEMENT; Subfactor B - Ability to provide event services within two business days of a request - The SOW lists under SETUP/LAYOUT PLAN that the KO or COR will review the delivery or task order with the Agency representative and the contractor approximately 60 days prior to the event...to discuss proposed plans. Is there also a requirement to provide event services at a 2 day timeframe as well as 60 days? ANSWER: Some portions of the statement of work may require a 2 day turnaround (i.e., set-up tables, chairs, etc. for a meeting). QUESTION: Please indicate what type of contract will be awarded - Firm Fixed Price, Time and Material, Indefinite Delivery Indefinite Quantity, etc. Also, will it be a "Requirements Contract"? ANSWER: An indefinite delivery indefinite quantity contract will be awarded. Individual firm fixed price orders will be negotiated at the pre-negotiated labor rates plus negotiated other direct costs. Please contact Ms. Brenda Geist (brenda_geist@hq.dla.mil) for ALL QUESTIONS and information regarding the solicitation.
- Place of Performance
- Address: 8725 JOHN J. KINGMAN ROAD, FORT BELVOIR, VA
- Zip Code: 22060-6220
- Country: U.S.A.
- Zip Code: 22060-6220
- Record
- SN00164237-W 20020914/020912213033 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |