MODIFICATION
99 -- DLA HQ J5 CPI Sujpport Services - Amendment 1 - SP4703-17-R-5002 - SF 1449
- Notice Date
- 3/15/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- RFP-SP4703-17-R-5002
- Archive Date
- 4/18/2017
- Point of Contact
- Ellen A. Steinmetz, Phone: 8042795548
- E-Mail Address
-
Ellen.Steinmetz@dla.mil
(Ellen.Steinmetz@dla.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Vendor Questions / Government Responses - SP4703-17-R-5002 CPI/LSS Support Services Revised Attachment #2 Key Personnel Template - RFP SP4703-17-R-5002 - CPI/LSS Support Services Revised - Attachment #1 Initial Task Order - SP4703-17-R-5002 CPI/LSS Support Services Revised RFP SP4703-17-R-5002 CPI/LSS Support Services Standard Form (SF) 1449 - RFP SP4703-17-R-5002 CPI/LSS Support Services Amendment 1 - Issuance of Amendment 1 is to provide responses to vendor questions (attached). RFP SP403-17-R-5002 additions and revisions are hereby incorporated into the solicitation, and any resulting task order(s) (if applicable): A Standard Form (SF) 1449 (attached). Revised RFP SP4703-17-R-5002 (attached). Revised Initial Task Order (attached). Attachment 2 Key Personnel Resume Template revised (attached), "each resume must be limited to two (2) pages". RFP PWS Section 2.5.16: revised, " The total estimated ravel cost for this contract is $125,000.00 annually". RFP Section 2.3.1.8: IDIQ Management Plan: revised, " The vendor shall prepare and adhere to an IDIQ (Contract) Management Plan. This plan should address how the vendor plans on managing the overall project to include: Management/Transfer of Knowledge / Lessons Learned/Coordination of past, current, future T.O.'s, Effective and efficient Communication Methods / Vehicles with Key DLA personnel, Effective and Efficient Issue resolution, etc." RFP Section 2. 5.1 Personnel Qualifications, Labor Categories and Key Personnel Minimum Requirements, revised, " As part of their proposal, the vendor shall, provide resumes for proposed key personnel: one for the Program Manager LSS MBB, and seven for the LSS MBB." RFP Section 3.1.1.3 PROPOSAL CONTENT AND VOLUMES, Volume II: Factor 4: Past Performance / Performance Confidence Assessment, addition, " (original plus one (1) copy and one (1) emailed copy)." RFP Section 3.4.4, Past Performance Questionnaire (Attachment 3). PPQ revised Submission Date: "4 April 2017:" RFP Section 4.2 EVALUATION FACTORS, statement added, " Selection of the successful offeror will be made based on the evaluation criteria stated below. However, any proposal that is unrealistic, in terms of technical approach, schedule commitments, and or costs (high or low) will be deemed to have an inherent lack of technical competence or to have failed to comprehend the complexity and risk of the Government's requirement stated in the solicitation". RFP Section 4.2.1.3 Subfactor C: Overall IDIQ Management Plan, revised, "In evaluation of this sub-factor, proposals will be evaluated to ensure: The offeror's proposed IDIQ Management Plan will adequately describe the methodology that the contractor will use to effectively and efficiently manage the overall IDIQ (past, current, future T.O.'s), Communications with Key DLA personnel, Issue resolution, etc." Initial Task Order, Section 2.3, SCOPE OF WORK/TASK AREAS, revised, " The scope of this contract covers an estimated 1,920 hours of Program Manager (PM)/Master Black Belt (MBB) support and 13,440 hours of MBB support." Initial Task Order, Section 2.5.1 Personnel Qualifications, Labor Categories and Key Personnel Minimum Requirements revised, "As part of the technical proposal, the vendor shall, provide resumes for key personnel: one for the Program Manager (PM) LSS MBB, seven resumes for the LSS MBBs." Initial Task Order, revised, "t he total estimated ravel cost for the initial task order is $50,000.00." Initial Task Order Section 3.5.1 Factor 5: Pricing Instructions, Addition: "A sample price breakdown format", and " The vendor is required to furnish a proposed monthly payment schedule in the price proposal for the base and option periods of performance."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/RFP-SP4703-17-R-5002/listing.html)
- Place of Performance
- Address: See Attached RFP/PWS, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN04436836-W 20170317/170315235449-bb470b40541e0d1ed0e50f7779ab5201 (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 |