MODIFICATION
D -- Army Response Team (ART)
- Notice Date
- 3/22/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ12R0017
- Response Due
- 3/30/2012
- Archive Date
- 5/29/2012
- Point of Contact
- Alyssa A. Murray, 703-325-2440
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(alyssa.a.murray.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is to provide answers to vendors' questions: 1.Is there currently an incumbent performing this effort? If so, is the incumbent eligible to compete as a small business? Government answer: Yes. CACI Enterprise Solutions, Inc. is the incumbent under W91QV1-10-C-0077. CACI is a large business. 2.Will users outside of the SPS-Army Enclave be permitted to call the SPS-A Help Desk? Government answer: See RFP Amendment 4 for update. 3. The SPS-A help desk will be contacted only by the users that have a database in the enclave. They also will utilize the JPMO and ART help desk procedures as outlined within the PWS for Functional support. The SPS-A help desk will be contacted for technical issues such as but not limited to server's not running, Citrix issues and interface problems. See RFP Amendment 4 for update. 4.How will the End of Fiscal Year User Support Center (OFYUSC) staff access the Army Siebel SRs handled by the JPMO SPS Help Desk? Government answer: The EOFYUSC staff will not have access to Army Siebel SRs. See RFP Amendment for update. 5.How many FTEs will compose the team? Please clarify the hours of support for the SPS-A System Administration Team and the Support Team (ART). Government answer: The RFP provides the estimated number of Full-Time-Equivalents (FTEs) for the PWS requirements. 6.In section 3.3.4, Portal Management (page 67 of 88), it states that the deliverable "Portal Implementation should be completed 90 days after government decision". Yet, in Section 5, deliverable Schedule, it states "within 90 days of contract award". Please confirm that the Portal Implementation is 90 after government decision/approval. Government answer: See RFP Amendment for update. 7.According to the pre-solicitation notice, we saw that the Period of Performance currently states in Section 4: "The contract Period of Performance (PoP) runs 18 months, from April 1, 2012 through September 30, 2013, including base and option period, subject to the Government's option to extend the term of the contract. There will be two-week transition period commencing March 15, 2012." Please confirm dates. Government answer: The period of performance for the Base and Option periods, as follows: Base: May 30, 2012 to September 30, 2012 (4 months); Option: October 1, 2012 to September 30, 2013 (12 months), subject to the Government's Option to Extend the Term of the Contract. There will be two-week transition period commencing May 30, 2012 to June 11, 2012. See RFP Amendment for update. 8.Paragraph 3.3.3 of the Performance Work Statement specifies support for the SPS-Army Enclaves, but it is not clear if this includes ALTESS, Europe and Redstone. Currently, CACI provides support only for ALTESS. It is not clear if paragraph 3.3 of the Performance Work Statement includes support for Army sites outside of the SPS-Army Enclave; this is work that CACI is currently performing. Government Answer: The production SPS-Army Enclave is located in Radford, VA at the US Army Acquisition, Logistics & Technology Enterprise Systems & Services (ALTESS) with a COOP site located in Huntsville, AL at Redstone. The contractor will be required to perform the SPS-Army Enclave Support task listed in the PWS at both locations. Paragraph 3.3 includes functional and technical support to all the U.S. Army's SPS operational user community worldwide. See RFP Amendment for update. 9.Do we need security/facility clearance before bid on this contract and what would be evaluation criteria? Government answer: No. A security/facility clearance is not required. 10.PowerBuilder is listed as a technology - Is there a requirement for software development/enhancements to the product suite? Government Answer: No. There is not a requirement for software development/enhancements to the PD2 product suite. 11.Is there a specific Contract Vehicle that this will be awarded under? Government answer: A new Contract will be awarded. 12.What type of contract will this be - FFP, T&M, FFP-LOE? Government answer: Firm Fixed Price (FFP) type. 13.Will Past Performance from all team members be evaluated? Government answer: See RFP under Past performance Factor. 14.When are the Past Performance Questionnaires due? Is there a minimum or/and maximum number of Past Performance questionnaires that must be submitted? Government answer: No more than three (3) completed customer/client past performance questionnaires are due by the due date and time set for proposals. See RFP Amendment for updates. 15.Technical instructions state the volume is limited to 50 pages. Does that include past performances? Government answer: Past Performance Questionnaires are excluded from the 50-page limit. See RFP Amendment for update. 16.Please clarify and confirm if March 30, 2012 is the actual submission date. Government answer: The due date and time for proposals is NLT 12:00 p.m. on March 30, 2012. RFP Amendment 4 will be posted March 22, 2012 on FBO. Nothing follows.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/945e19a1023a9fd5da6555858d350479)
- Place of Performance
- Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Record
- SN02703094-W 20120324/120322234749-945e19a1023a9fd5da6555858d350479 (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 |