MODIFICATION
A -- Environmental Quality, Energy & Power Technology
- Notice Date
- 9/10/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- 5TP57120007
- Archive Date
- 1/3/2012
- Point of Contact
- Gary Butcher, Phone: (312) 353-7735, Eben R. Greybourne, Phone: (312) 886-3811
- E-Mail Address
-
gary.butcher@gsa.gov, eben.greybourne@gsa.gov
(gary.butcher@gsa.gov, eben.greybourne@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation 5TP57120007, Amendment 2, 2012-09-10 This amendment is for the purpose of answering vendor questions 1 through 13. Q1. Do we need to provide a past performance project write-up for each team member (subcontractor) for the 5-yr IDIQ contract or is this requirement only for the subcontractors bid for the Sample Task? A1. Only for the subcontractors proposed for this project. Q2. Please clarify if Past Performance page limitations is two pages per company or two pages per past performance write-up. (per page L-14 of 22) A2. Two pages per past performance reference. If you provide three references then you would furnish up to six pages. Q3. Page L-11 of 22 indicates Past Performance questionnaire is to be furnished with solicitation. Can you provide? A3. This was a distribution error on the part of the Government. The questionnaire is now attached to the solicitation. Q4. Can the past performance project be as a subcontractor to a prime contractor? Past performance should be any evaluation of your firm's work. If a client can evaluate your firm's work on a project, whether you served as a prime or a subcontractor, it is acceptable. Q5. Can GSA better clarify the level of effort for the Sample Task, e.g., number of hydrogen vehicle technologies to be demonstrated, available budget, etc.? A5. No specific number of vehicle technologies or detail budget will be provided. It is anticipated that the contractor will propose his methodology to determine the technologies, number of vehicles and estimated costs to accomplish the objectives of the task. Q6. Please clarify if the 20 page limit for Business & Technical Volume should cover both the IDIQ PWS in Section C as well as the Sample Task response or just the Sample Task Response, and if there are specific page limits or targets for each. A6. The solicitation is hereby revised to set the page limitation at 30 pages for the combined Business & Technical Volume and Sample Task response. The offeror is free to adjust the allocation of pages between these two documents. Q7. Are the SubK goals represented as percentages of dollars subcontracted or dollars awarded to the prime? A7. The "Note" in solicitation clause L.25, page L 22 of 22, states that "Target goals are expressed as a percentage of the planned subcontracting dollars." Q8. Page L-13 of 22 - Reimbursement of Costs states "When Time and Material Task Orders are used, the Contractor shall be reimbursed for actual costs incurred for labor hours expended..." Please confirm this was intended to read "When Time and Material Task Orders are used, the Contractor shall be reimbursed for labor hours expended..." rather than invoicing actual labor costs. A8. Under a Time and Material Task Order the Government will reimburse all allowable costs associated with the work per the guidance and restrictions stated the Federal Acquisition Regulation. Q9. Please clarify if subcontracted labor should be proposed as labor (within established labor categories) or materials. A9. Subcontractor labor is labor. The Government makes no distinction between prime or subcontractor staff in the Schedule of Items and Prices. Q10. Could the government share justification of the business case for this procurement, as the scope is comparable Solicitation Number BAA-12-10-PKM for a different IDIQ? A10. Neither the business case nor the contracting strategy can be shared as they are internal Government procurement decision documents. However, the government does intend to use the contract resulting from this solicitation to the maximum extent possible. Q11. Would the government clarify the POCs shown on pages G-2 of 10 and G-3 of 10? The Contracting Officer and Alternate Contracting Officer named do not match the email addresses provided. A11. The Government apologizes for this error. The solicitation is hereby amended to reflect the following corrected information. The PCO for this contract is - Gary T. Butcher, Contracting Officer U.S. General Services Administration Federal Acquisition Service, Great Lakes Region Acquisition Operations Division, Code 5QZA, Room 3280 230 South Dearborn Street Chicago, Illinois 60604-1505 Office Phone: (312) 353-7735 Facsimile: (312) 886-3827 gary.butcher@gsa.gov Eben Greybourne, Alternate GSA Contracting Officer: Phone: 312-886-3811 Fax: 312-886-3827 eben.greybourne@gsa.gov Q12. What is the role of the Security Specialist that it is considered a Key Personnel position? A12. The security specialist is the person who will interface with the Air Force on security issues. Such as providing the appropriate security information as well as processing any requersts for information that will be classified in nature. Q13. Is it envisioned that hydrogen vehicles will be purchased new or are some or all of the demonstration vehicles envisioned to be new or existing conventional vehicles that will be converted for hydrogen use? A13. The hydrogen vehicles can be converted from existing gasoline or diesel vehicles. It is not anticipated that the government will provide any vehicles unless requested by the contractor to meet a specific objective of the technology.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/911878c35c6ca3fcc38b2ccf451400fd)
- Place of Performance
- Address: U.S. Air Force Research Laboratory (AFRL/RXSC) Advanced Power Technology Office & Environment and Energy Programs, Wright Patterson AFB, Ohio 45433, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02875242-W 20120912/120911000152-911878c35c6ca3fcc38b2ccf451400fd (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 |