Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2011 FBO #3480
MODIFICATION

R -- SCS OnDemaind Maintenance and Support

Notice Date
6/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NLM-11-093jc
 
Archive Date
6/23/2011
 
Point of Contact
Joan Coulter, Phone: 301-496-6546, Karen Miller, Phone: 301-496-6546
 
E-Mail Address
coulterj@mail.nih.gov, kr33@nih.gov
(coulterj@mail.nih.gov, kr33@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This modification to the SCS Demand Maintenance and Support requirement is amended to extend the due date for proposasl from Friday, June 3 at 12 noon to Wednesday, June 8 at 9:00 a.m. local prevaling time. This modification will also provide all questions and responses received in reference to this solicitation, Request for Proposals (RFP) No. NLM-11-093-JC Amendment 1 SCS OnDemand Maintenance and Support Prospective offerors are hereby notified that the following amendment is made to Request for Proposals (RFP) No. NLM RFP 11-093-JC to respond to questions received from prospective offerors: The cut-off date for receipt of questions from prospective offerors is 12:00 noon, Local Prevailing Time, on June 3, 2011. All responses to questions will be posted on the Federal Business Opportunities Website. Prospective offerors are also hereby notified that the due date and time for receipt of proposals (by electronic mail) is hereby extended to 9:00 a.m., Local Prevailing Time, on June 8, 2011. The hard copy must be received within two (2) business days from the time designated for receipt of the electronic copy. Question 1: It appears to us that the RFP added to the FBO announcement page on May 4th is a draft version. There is yellow highlighting throughout, most often in areas where it appears information was intended to be provided but is not. For example, there is no Form 1149 and SECTION A: SOLICITATION CONTRACT FORM is missing some information needed to create a Form 1149, including RFP Number, Issue Date, proposal due date, and Contact/Contracting Officer information. There are other examples. Some of this information is contained on the FBO announcement page but not in the RFP itself. Can you please verify that the RFP is final and complete as posted? Response to Question 1: The yellow highlights in Section A, Solicitation/Contract Form, of the RFP document have been completed and posted on the FedBizOpps. All other yellow highlights in the document will be completed at time of award. There is no requirement to submit a Form SF 1149, Statement of Designated Depositary Account. A Form SF 1449, Solicitation/Contract/Order for Commercial Items, has been posted on the FedBizOpps. Question 2: Section L.2.a.11 of the RFP (page 28) requires that offerors address Section 508 accessibility standards as part of the Technical Volume, using a provided template. As written, it appears that the RFP is asking vendors to verify Section 508 compliance of the current SCS OnDemand system, which is government owned. The incumbent is capable of meeting this RFP requirement, but it is difficult to see how any other vendor could. On the other hand, Section 7.0 of the SOW (page 9) requires that a Section 508 Annual Report be provided by the winning vendor each year following award, presumably to verify compliance of any modifications/enhancements made by the contractor during a given year. This appears to be a requirement that all vendors could equally accomplish. Is it the Government's intent to ask offerors to verify Section 508 accessibility standards with regard to the existing, GOTS, SCS OnDemand system, or would the Government simply like the winning offeror to verify 508 compliance of modifications/enhancements made by the offeror after award? Response to Question 2: The RFP is complete as is posted. All vendors will have to verify 508 compliance both at the time of award and in the future. Question 3: Can you please brief about the incumbent contract and its budget? Response to Question 3: The incumbent is Altum. The dollar amount currently obligated under the incumbent's delivery order is $4,560,000. Question 4: We need clarification about the Method of Proposal Submission, In the Fbo.gov site, It mention about the Email only and in the document supply along with this solicitation references, Both Email and Hard Copy Submission, Can you please clarify on this? Response to Question 4: Both e-mail and hard-copies of proposals shall be submitted in accordance with the instructions in Section L.2.a.15, Authorized Official and Submission of Proposal, of the RFP. Question 5: Can you please clarify the Pricing structure, In the RFP& Article Document, the Format mention about the monthly pricing for the Different IC (Institutes and Centers). Should we have to follow that Structure? If so, How, It is possible to differentiate the pricing for the different ICs. Please clarify this format. Response to Question 5: The business portion of an offeror's proposal must include fixed unit prices for each line item of each table in Article H.4, Prices; and Article H.5, Option Prices, of the RFP. The tables in Articles H.4 and H.5 differentiate pricing for the specified ICs. Question 6: Do we need to submit the all resumes with letter of Intent for all the category or we need to select the Key Personnel from the given Ten (10) Labor Categories and submit them along with resumes and letter of Intent along with it? Response to Question 6: Section L.2.b., Technical Proposal Instructions, of the RFP is hereby revised to include the following: Letters of Commitment: An offeror shall include in its response a "Letter of Commitment" from each individual proposed as "Key Personnel", whether or not the person is currently employed by the offeror. A "Letter of Commitment" shall not be included in the maximum page count applicable to an offeror's technical proposal. Question 7: Does the resources you are looking must be a U.S. Citizen? Response to Question 7: No. Non-U.S. individuals can work under the contract provided that they possess an Employment Authorization Document (EAD) or immigration status that allows them to work under the particular activity and be eligible to receive an NIH badge. Question 8: Can we submit the H1B resources for the requirement? Response to Question 8: See response to Question 7 above. Question 9: Do you count the Staffing Experience? Response to Question 9: Staffing experience will be evaluated under Section M.D.1, Experience and Expertise of Proposed Staff (70%). Question 10: Can you please let us know the method by which you come up with this labor category, Is this the estimated labor category requirement, Can we modify it? Response to Question 10: The RFP does not specify any labor categories. Section M.D.1, Experience and Expertise of Proposed Staff (70%), states the following: "Significant weight under this technical evaluation criterion will be assigned to evaluating an offeror's ability to provide staff who possess demonstrated knowledge and experience to successfully perform all of the software engineering services for the SCS OnDemand software as specified in the Statement of Work." Question 11: Are you going to choose multiple vendors for this different task orders? Response to Question 11: No. Section L.1.f, Type of Purchase Order and Number of Awards, states the following: "It is anticipated that one Firm-Fixed-Price type purchase order will be awarded as a result of this solicitation. [Reference: Federal Acquisition Regulation (FAR) 16.202]" Question 12: We don't not find the Attachment 5 - HHS Section 508 Product Assessment Template and Attachment 1 - Proposal Summary and Data Record (NIH-2043) in the solicitation Documents, Can you please make it available ? Response to Question 12: These attachments have been posted on the FedBizOpps. Question 13: Is there any Cutoff date for the Question and Answers? If so, Can you please let us know? Response to Question 13: Yes. See above. Question 14: Who is the incumbent for this contract? Response to Question 14: See the response to Question 3 above. Question 15: Please let us know the hours of each labor category for each of the NIH unit mentioned so that we can provide monthly and yearly rates correctly. Response to Question 15: The mix of labor categories and number of labor hours per labor category required to perform the work varies across the ICs depending upon the amount of new functions and/or changes to the GOTS software product. The estimated level of effort is specified in Provision 6.3 of the Statement of Work. Question 16: Can we provide our past commercial experience as our corporate capability or only Government past experience is acceptable? Response to Question 16: Section M.D.3, Corporate Capabilities and Past Performance (10%), of the RFP states, in part, the following: "This criterion refers to the offeror's corporate resources and capabilities and performance results (outcomes) of similar tasks for the NIH or in other government contract efforts of similar magnitude. These contracts and projects must have been completed within the past five (5) years or currently in progress for services similar to the requirements of the SOW." All of the terms and conditions of RFP No. NLM-11-093-JC not otherwise amended above shall remain unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-11-093jc/listing.html)
 
Place of Performance
Address: National Libary of Medicine, 6707 Democracy Blvd #105, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN02464405-W 20110605/110604000434-f90369cbabcc9fbf79eef2d214a8fef4 (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.