MODIFICATION
D -- Information Technology Analysis, Software Design & Development Support Services
- Notice Date
- 8/9/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
- ZIP Code
- 20226
- Solicitation Number
- DJA11RFQ0029
- Archive Date
- 9/1/2011
- Point of Contact
- Amanda M. Boshears, Phone: (202) 648-9018
- E-Mail Address
-
amanda.boshears@atf.gov
(amanda.boshears@atf.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The purpose of Amendment 0003 is to clarify responses to the below vendor questions posted under Amendment 0002: 1) In the revised Instructions to Offerors (FINAL - Aug 9); 6. Evaluation Factors for Award; Factor 4: Price; Page 10 of 10, the government has crossed out the requirement for a compensation plan. However, the government's answer to Amendment 0002, Vendor Questions and Government Responses; Question #41 instructs "Offerors [to] make every effort to include the compensation plan within the 10-page limit." Clarification: Question #41 should have stated that the Government does not require a compensation plan. The crossed out revision on Page 10 of Attachment 3 is correct. Offerors are not required to provide a compensation plan. The response to Question #41 was a government oversight. 2) Question #51: Proposal Instructions Pages 3 & 4, Please clarify if subcontractors will be allowed to provide past performance information in support of the prime; Government Response: All past performance information (prime or sub/team) shall be submitted by the prime. Clarification: The Government will accept past performance references for the prime contractor, proposed subcontractors and teaming partners for evaluation. However, only the prime contractor is to provide relevant past performance information/references on behalf of its subcontractors/teaming partners. 3) In Amendment 0002, Vendor Questions and Government Responses; Question #26, the answer from the government "requests the [Offeror's] response to reflect #2"-in other words, break the pricing for Item 0007 into five sub-items (one sub-item per contract year). In Question #54, however, the government's answer indicates that "[Item 0007] can be added together for a single CLIN; no additional CLINs." Given this discrepancy between the two answers regarding the breakout of CLINs, can the government please clarify how it wishes Offerors to submit pricing for Item 0007 and all other CLINs? Clarification: Offerors must submit one lump sum total (with breakout of rate, categories, and hours in Volume 4) for Lines 0001 - 0005 (Base and Option Years maintenance). For example, offerors must provide individual amounts/totals for the Lines 0001 - 0005. The Government provided a not-to-exceed total for Line 0006, ODCs and Travel, in the amount of $50,000. For Line 0007, the Government prefers offerors to respond in accordance with the response provided for Question #26. Offerors must submit five subtotals for the base and option years under Line 0007, Optional Task 4. The response provided for Question #54 was a Government oversight. All other terms and conditions remain unchanged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA11RFQ0029/listing.html)
- Place of Performance
- Address: See above, United States
- Record
- SN02526558-W 20110811/110809234833-b07149e53f2ca7ad6d280e0cdaa39ec9 (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 |