Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
DOCUMENT

C -- Environmental and Historic Services - IDIQ - Cascading Method - Attachment

Notice Date
8/1/2011
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RP0153
 
Response Due
9/19/2011
 
Archive Date
11/3/2011
 
Point of Contact
Susan Lam
 
Small Business Set-Aside
N/A
 
Description
Amendment #1 VA-101-11-RP-0153 August 1, 2011 Questions asked by prospective Offerors. Response in Question(Q) and Answer (A) : 1.Q) Assuming that 2 contracts are awarded in a region to SDVOSBs (or other small categories), is it the VA's intention to compete the task orders between the two smalls or to include the unrestricted winners as well. Or has the VA reconsidered the competition strategy? A)Task orders will be competed among the awardees for that solicitation (ie, Cascading awardees (2) and Unrestricted awardees (2). 2.Q) The FedBizOpps cover page for this notice indicates a response date of 9-19-11. Is this date firm or is it a placeholder? A)Proposals are due on September 19, 2011. 3.Q) Can you confirm that this package is a pre-solicitation notice and that a final request for proposal will be issued at a future date? If so, will the request for proposal contain additional information about Key Personnel requirements, as well as more detail about what needs to be contained in the price proposal A) Yes. RFP will be issued on or about August 12, 2011. 4.Q) Is what is currently posted on Fed Biz Ops the actual RFP or is the RFP still pending? Fed Biz Ops says it is a "pre-solicitation" but the attachment states "there is no RFP to download." A) See Question 3. 5.Q) If this is the complete RFP, please provide the SF 1449. A) See Question 3. 6.Q) Please confirm that this is NOT an SF 330 procurement. A) Correct. This is a Commercial Item Procurement not Brooks Act. ? Amendment #1 VA-101-11-RP-0153 August 1, 2011 Page 2 7.Q) How is pricing to be evaluated since no pricing or rate information was requested in the information provided? A) This is an announcement, not a RFP. 8.Q) For past performance, do you want this for both prime and proposed sub-contractors? A) See RFP when posted. 9.Q) What if the prime and or sub-contractors have past performance with VA and other Federal agencies but performance ratings and letters of commendation are not available? Would you want reference with contact information? A) Yes 10.Q) Any additional information on who is considered "Key Personnel" would be helpful. Is anyone that is included in the organizational chart and who might work on the contract considered "Key Personnel"? A) See RFP when posted. 11. Q) How are these services currently performed (in house, contractor)? A) This is a new procurement. 12. Q) Is this to be a SF330 submittal package? A) See Question 6 13. Q) On FedBizOpps, 0155 has an August 26 due date in the right information column, and Sep 19 in the text; 0153 has Sep 19 is both places. Is Sep 19 the correct due date for both solicitations? A) Proposals are due September 19, 2011. All Questions are due August 26, 2011. Amendment #1 VA-101-11-RP-0153 August 1, 2011 Page 3 14. Q) Is the value of each contract $7m (cascading) or $10m (unrestricted)for the four contracts (two unrestricted; two cascading) in each region In aggregate or does each of the four awarded contracts have a maximum amount of $7M and $10M? A) Each contract awarded for Cascading is $7M for base and 4 option years. Contracts awarded under Unrestricted are for $10M for base and 4 option years. 15. Q) Will selected contractors be required to bid against one another for task orders in each region? A)Yes. 16. Q) Thus far, we have downloaded documents for both solicitations titled "Pre-solicitation Notice". Are there other final documents or do the ones we have represent the final solicitations? A) See Question 3. 17. Q) What NAICS code will this solicitation be under? The text write-up states "BOTH 541620 and 712120 and the Size Standard is $7.0M" but the attachment I downloaded only indicates NAICS code 541620? A). The offeror must have BOTH NAICS codes 541620 AND 712120. Size Standard for both is $7.0M. The Offeror is the legal entity (company) that submits the proposal either as an individual Prime or as a Joint Venture. 18. Q) The FBO notice indicates this is a pre-solicitation. However, at the bottom of the FBO notice it provides a due date for the solicitation. Is this the pre-solicitation notice or solicitation notice? A) FBO posted on July 21, 2011 was a Pre-solicitation Notice. RFP will be posted on or about August 12, 2011. ? Amendment #1 VA-101-11-RP-0153 August 1, 2011 Page 4 19. Q) The RFP calls for an "approach": Only Offeror or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. There is no further mention of an approach. In calling for a "planned approach" are you looking for any information other than a description of the offeror's approach in assembling a team with the appropriate capabilities? If so, what further type of information would you be looking for? A) See Question 3. 20. Q) The RFP calls for submittal of a completed SF1449, but there is not an SF1449 with the government's data filled in for the contractor to complete. Please advise how you want Offerors to meet this requirement in regard to an SF1449. A)See Question 3. 21.Q) The RFP indicates that price will be an evaluation factor, but nowhere are any prices called for. Moreover, since these are ID/IQs, specific prices for specific projects obviously cannot yet be identified. Please advise as to what information you want Offerors to provide regarding the pricing evaluation factor. A) See answer to Question 19. 23. Q) Is there an incumbent that is currently performing this work? A) See Question 11. 24. Q) Is the RFP ending in 0153 a small business set-a-side? A. No. VA-101-11-RP-0153 uses the Cascading Method. Please read the RFP when issued..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0153/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0153 VA-101-11-RP-0153_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=225971&FileName=VA-101-11-RP-0153-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=225971&FileName=VA-101-11-RP-0153-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02517800-W 20110803/110801235917-c4a4f8bc6c5b40a3c310e022c9a15658 (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.