Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOLICITATION NOTICE

D -- RFI - Information Technology Support Services for the Denali Commission in Anchorage, Alaska

Notice Date
5/25/2021 1:38:50 PM
 
Notice Type
Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ARC DIV PROC SVCS - DENALI PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
RFQ20342921Q00002
 
Response Due
5/28/2021 1:00:00 PM
 
Archive Date
06/12/2021
 
Point of Contact
Braden Sanner, Paul White
 
E-Mail Address
Purchasing@fiscal.treasury.gov, Purchasing@fiscal.treasury.gov
(Purchasing@fiscal.treasury.gov, Purchasing@fiscal.treasury.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(SEE AMENDMENTS BELOW THE FOLLOWING DESCRIPTION) The Bureau of the Fiscal Service, on behalf of the Denali Commission (DNC) is hereby requesting a formal quote for IT Support Services with the attached Performance Work Statement (PWS) detailed in the solicitation package.� This is a Best Value 100% small business set-aside to small business vendors,�referencing NAICS 541519. The Government intends to issue a Best Value firm-fixed-price/labor hour hybrid award with a 12-month base year and four (4) 12-month option years. Please follow instructions for submitting quotations and evaluation criteria located in the solicitation package. Proposals must be in line with Section 2(A)(4) and Section 2(C)(1) of the included Performance Work Statement (PWS), meeting all in-person and remote servicing requirements and dispatch time-frames, and all other requirements as stated in the PWS. Any questions regarding this solicitation shall be submitted via email to: Purchasing@fiscal.treasury.gov and cc: Braden.Sanner@fiscal.treasury.gov referencing RFQ#20342921Q00002 in the subject line, Attn. BS/PW.� Questions shall be submitted no later than 05:00 pm EST on Thursday, May 20, 2021. Interested offerors shall submit their quotation in writing via email to:� Purchasing@fiscal.treasury.gov and cc:� Braden.Sanner@fiscal.treasury.gov no later than 04:00 pm EST on Friday, May 28, 2021.� Be sure to include RFQ#20342921Q00002, Attn. BS/PW in the subject line to ensure prompt and proper distribution. AMENDMENT�# 1 - The Original Response Date of 04/27/2021 was submitted in error.� The correct Original Response Date is 05/27/2021.� AMENDMENT�# 2 - This amendment is to post questions from�interested vendors and answers provided by the Program Office.� This amendment will also remove the requirement of interested vendors being ""local to the Anchorage, Alaska area"".� Clarification is now added that proposals must be in line with Section 2(A)(4)�and Section 2(C)(1) of the included Performance Work Statement (PWS), meeting all in-person and remote servicing requirements and dispatch time-frames, and all other requirements as stated in the PWS. *Question #1:� Will there be any preferences or weightage given to local Alaskan vendors in evaluation criteria? *Answer:��Response per Section 2(A)(4) of the�PWS - Provide support, assistance, troubleshooting and repair as required by employees of the Commission, its partner agencies and contractors both in person and remotely. Per Section 2(C)(1):� Ability to dispatch personnel to support the Commission employees at its primary office location in Anchorage, Alaska within 45 minutes. The PWS has further references to contractor providing on-site support.� No preferences or weightage will be given to local Alaskan vendors in evaluation criteria. *Question #2:��Is this a new requirement or follow-on? *Answer:� This is a follow-on contract with additional requirements. *Question #3:�Is there any current incumbent providing these services *Answer:��Yes. *Question #4:�Can a vendor be eligible to submit a bid based on their experience and history with the Denali Commission if they are not a local, Alaskan, vendor? *Answer:�See answer to question #1 above.� AMENDMENT # 3 -�This amendment is to extend this solicitation to Friday, May 28, 2021 at 4:00 PM EST and to provide answers to questions, which can be found within Amendment # 3 of the solicitation description posted to beta.SAM.gov. Questions � Set 1 1. Regarding Section 10, CONTRACTOR PERSONNEL SECURITY AND SUITABILITY REQUIREMENTS, from the PWS - �personnel who will require physical and logical access for performance of work under this contract.� How is the term �logical access� defined? Does this require all service staff getting background checks, etc. Please help us narrow that down. Response:� Reference to �physical and logical access� removed from the PWS to now state, within Section 10, �At least two weeks before start of contract performance, the Contractor will identify all contractor and subcontractor personnel who will perform work under this contract. The Contractor must make their personnel available at the place and time specified by the COR to initiate screening and any required background investigations. 2. Is a phone system migration or upgrade planned within the next 5 years? Response:� Denali currently uses Alcatel phone system and holds the option to upgrade should it be deemed necessary. 3. Who is your current phone system service provider? Response:� We have GSA provide local/long distance and internet connection.� DSI Inc provides phone maintenance.�� Denali is using GSA to migrate through EIS; local/long distance, audio conferencing and internet.� 4. Do you currently have a separate company under contract for phone support? Response:� See question # 3 above.� 5. Do you intend to use Teams as your primary phone solution? Response:� No, the government may choose to use other product/services. 6. How many users, remote or on-site, will require Office 365 G5 licensing? Response:� All Denali staff requires G5 licensing; currently 15 staff members. 7. How many users, remote or on-site, will require remote or on-site technical support? Response:� All Denali staff may require on-site or remote technical support. 8. Are there any unfilled positions that are budgeted for the current fiscal year? If yes, how many? Response:� Denali has one vacancy though holds the right to adjust manpower as deemed necessary. 9. Do you require a technical employee from the contractor to be staffed at your office? If yes, part-time or full-time? Response:� On-site support may be requested from staff; server is located on-site. 10. Attachment B, the pricing sheet, has a note on line 46 regarding service descriptions. Can additional lines describing services, their rate, people, hours, weeks, total hours and total cost, be added to the sheet? Response:� Contractor should propose on labor categories that they feel meet the requirement and should include/modify the Attachment B � Pricing Sheet accordingly. �� 11. Can Attachment B be modified in any way? Response: See response to question # 10 above. 12. Is the quote due at 4PM or 5 PM EST? At the end of the cover letter it states 5PM. In the �Solicitation/Contract/Order for Commercial Items� form, Block 8, it states 4PM Response:� The solicitation will be extended to Friday, May 28th, at 4:00 PM EST. 13. With the extremely tight timeline for completion of the RFQ (received 5/13 and due 5/27) will Denali Commission consider extending due date to Monday, 06/07/2021? Response: The government plans a 30-day phase-in period; therefore, the solicitation will close as of Friday, May 28th, at 4:00 PM EST to accommodate business need. Questions � Set 2 1. Please confirm that the Government intends for the hourly labor rates listed in Attachment B, are firm-fixed price, through the end of contract period of performance. Response: Yes. 2. Would the Government provide the number of Full-time Equivalent that are currently performing the work? Response: �The number of FTEs allotted to the current contract may/could vary from company to company based on staff�s ability and skill level.� Providing number may put the government at risk.� The contractor can provide estimate based on adequate number of employees and labor categories to meet all requirements of the solicitation. 3. Would the Government provide the current incumbent contract number providing these services? Response: Contract # TFSADNC16C0001. 4. The title/description of the Systems Administrator includes �Firm-Fixed-Price Inclusive�. �Would the Government clarify this description? Are other products/services included in this CLIN? Response:� Section 3.1 Firm-Fixed Price includes those identified in areas 1 � 5 to include costs and further explained in Section 3.2.1 Managed Services. 5. The �Key Personnel� listed in the PWS are different than those in Attachment B. Would the Government clarify if the offerors are required to provide prices for the Key Personnel labor categories and the labor categories in Attachment B? Response: �Contractor can provide estimate based on adequate number of employees and labor categories to meet all requirements of the solicitation. 6. Would the Government provide the desired experience for the Labor Categories? Are there Education or Work Experience requirements? Response:� Contractor can provide estimate based on adequate number of employees and labor categories to meet all requirements of the solicitation. 7. Would the Government confirm the level of effort (number of hours) for the CLINs? Response:� The government estimated the hours and suggests potential bidders should base their estimates on the ability of their company�s staff to complete the work.� Contractor can provide estimate based on adequate number of employees and labor categories to meet all requirements of the solicitation. 8. Would you extend the Proposal due date to 06/03/2021? Response: The government plans a 30-day phase-in period; therefore, the solicitation will close as of Friday, May 28th, at 4:00 PM EST to accommodate business need.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fd4330955a74842ab3a6d01e720de32/view)
 
Place of Performance
Address: Anchorage, AK 99501, USA
Zip Code: 99501
Country: USA
 
Record
SN06011819-F 20210527/210525230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.