MODIFICATION
R -- STATEMENT OF WORK AND REQUEST FOR PROPOSALS RFP STATUS FOR THE PROGRAMMATICAND INSTITUTIONAL KNOWLEDGE EXCHANGE SERVICES
- Notice Date
- 3/25/2015
- Notice Type
- Modification/Amendment
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG15487642L
- Response Due
- 4/13/2015
- Archive Date
- 3/25/2016
- Point of Contact
- Yolanda A. Williams, Contract Specialist, Phone 301-286-6031, Fax 301-286-0247, Email yolanda.a.williams@nasa.gov - Yolanda A. Williams, Contract Specialist, Phone 301-286-6031, Fax 301-286-0247, Email yolanda.a.williams@nasa.gov
- E-Mail Address
-
Yolanda A. Williams
(yolanda.a.williams@nasa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a modification to the synopsis entitled REQUEST FOR PROPOSALS (RFP) FOR THE PROGRAMMATIC AND INSTITUTIONAL KNOWLEDGE EXCHANGE SERVICES which was posted on March 13, 2015. You are notified of the Answers to the following Questions received concerning the PIKES SOW and RFP: Q1) What is the level of F/T staff support? A1) The staffing level over the past 12 months has been approximately 3 FTEs. Q2) How many key personnel are there? A2) The Key Personnel clause in the Solicitation identifies three key personnel at two key positions. They are: (1) Project Manager and (2) Senior Event Coordinators. See RFP Proposal Instructions (Page 49). Q3) Would there be any support needed at Headquarters in the Event Planning Process? A3) Yes, historically, HQ customers represented 60% of the work and GSFC customers represented 40%. Q4) How many events were initiated and/or managed by the incumbent in 2014 and 2013? A4) For calendar year 2013, there were 96 events (72 for HQs and 24 for Goddard). Q5) What is a typical event attendee count? A5) There have been events with as little as 3 attendees and as many as 250. Q6) Does NASA IT have any application or systems integration requirements? A6) Yes. These requirements are identified under Applicable Documents in the SOW, including NASAs policies and the travel system. See SOW Section entitled: Applicable Documents and the information in the eLibrary website located at https://foiaelibrary.gsfc.nasa.gov. Q7) Does NASA use any tools or specific software to manage the Event Planning Process? A7) No. The contractor is responsible for providing their own tools/software to manage the Event Planning Process. Q8) Are there any key decision turnaround requirements? A8) The contractor will be responsible for all aspects of the event planning cycle such as management and decision planning based on the requirements. Q9) Would the awardees have the historical data (i.e. Prior Years Conferences)? A9) Yes, please see responses for #s 1, 3, 4, and 5. Q10) What type of information are you all looking for in a risk assessment plan? A10) There is no required deliverable for a risk assessment plan. Q11) What type of information are you all looking for in a disaster management plan? A11) There is no required deliverable for a disaster management plan. Q12) In the SOW, page 2, under SCOPE, it states "the Contractor shall provide services for planning of future events in which the task order may not be executed by a CO." What category of NASA employees would request services planning of future events other than the CO? A12) This statement says the contractor shall provide services for planning of future events that may not actually get executed as a task order in the future. The Contracting Officer is the only Government authorized personnel able to issue task orders. Q13) Was there an incumbent for this contract in the past? Who are they? What is the previous contract number? A13) Yes. Zantech. NNG10AZ07C Q14) Will the conference web sites have to be FISMA Compliant? A14) No, however, it must be 508 compliant. Q15) How many awards will be made for this contract? A15) The Solicitation will result in a Single Award, IDIQ contract. Q16) Understanding its an IDIQ, but approximately (or historically) how many meetings have occurred each year? A16) See response to #4. Q17) Where do the majority of the meetings take place? A17) The majority of the meetings take place at NASA/GSFC and at NASA/HQ, but there are some that take place at other NASA Centers and various locations across the United States. Q18) Will the contract type remain Cost Plus/Fixed Fee? A18) The current contract is a Firm Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. The follow-on contract will also be a FFP/IDIQ Contract also. Q19) Are there going to be any RTOs in this solicitation? A19) Yes, see Clause GSFC 52.215-201 (Proposal Preparation General Instructions) of the RFP. Q20) In pricing the proposal should ODCs and pass-throughs be considered or not? A20) See Clause GSFC 52.215-222 (Price Volume Instructions) of the RFP Q21) How much time will be allowed for a phase-in period? A21) There will not be a phase-in period. Q22) Is the total page count for the Offer Volume including the Offer Acceptability a maximum of 10 pages or 15 pages? A22) The total page count for the Offer Volume including the Offer Acceptability is a maximum of 15 pages. Q23) At the bottom of the 2 pages of Attachment B (Fixed PriceLabor Rates Matrix), it states Labor Categories The Offer shall providein accordance with the Position Qualifications in Section 4 of this attachment. We only see 2 pages/sections (B.1. and B.2.) of this attachment. Please clarify where we might be able to find Section 4. A23) See the attached Attachment B (Fixed Price Labor Rates Matrix) that shows the correct Section (3)for the Position Qualifications. Q24) On Page 51 of the RFP, the instructions state that in Attachment B, the Offeror should provide, in Section 3,Position Qualifications for all Offeror proposed direct labor categories specified in Sections 1 and 2. We do not see a Section 3 in Attachment B. A24) See the bottom of page 3 of Attachment B (3. Position Qualifications (For All Prime and Subcontractor Direct Labor Categories)) The due date for responses is not extended. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG15487642L/listing.html)
- Record
- SN03678359-W 20150327/150325234823-639de472ef5ab0a66b47b3f9c452e203 (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 |