The RFP Database
New business relationships start here

AFRICAP


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Amendment Timeline

Under the "Procurement Notice Info," "Notice History" header:

File Solicitation 8, dated February 20, 2015, contains Amendment 001.

File Solicitation 9, dated March 10, 2015, contains Amendment 002.

File Solicitation 10, dated April 17, 2015, contains Amendment 003.

File Amendment 1, dated May 11, 2015, contains Amendment 004.

File Amendment 2, dated May 27, 2015, contains Amendment 005.

File Amendment 3, dated June 2, 2015, contains Amendment 006.

File Amendment 4, dated June 5, 2015, contains Amendment 007.


 ------

This notice references Amendment 005 to the RFP and the following revisions:



Significant revisions to Sections B-M:


(1) F.4 Contract Data Deliverables: Project Schedule language revised (Reference Question#124/125 of Attachment I).


(2) H.7.1 has been revised in its entirety and all other contract labor position minimum requirements have been revised.


(3) H.9 Contractor Personnel Performing Under Worldwide Department of State Contracts; Specifically H.9(o) is revised to remove: The contractor shall ensure that each employee or subcontractor undergo a health examination annually. (Reference Question#71 of Attachment I).


(4) H.19 Security Requirements; H.19(a) last sentence revised to the following: Clearance requirements for personnel will be specified at the Task Order level.


(5) Attachment I is included: Questions and Answers (A005)


(6) FAR 52.204-8 Annual Representations and Certifications: NAICS Code and size standard corrected to reflect 561210 and $38.5M, respectfully.


(7) L.9 Proposal Delivery is updated to reflect Anil Nayak as the point of contact and to update submission requirements to the following: The Contractor shall provide one (1) original and five (5) hard copies, and two (2) CDs for each Volume in Provision L.17.


(8) L.19.1 Technical Proposal Format has been updated to remove the following: The Contractor shall submit a clear and complete description of its approach for performing the DOS AFRICAP training, logistics and construction tasks. The Contractor's technical and management approach shall demonstrate utilization of government best practices and be compliant with industry and Government standards, as applicable.


(9) L.19 Technical Factor 1, Sub-factor 1 revised to change reference from "the Statement of Work" to "Attachment B, Sample Task Order."


(10) L.19 Technical Factor 1, Sub-factor 1(c) revised to include: "to include mobilization of personnel and resources."

(11) L.19.2 Similar Experience and Past Performance revised to include: For the purposes of similar size, dollar value will be evaluated in one of the two followings ways: (1) multiple simultaneous task orders with an overall value of at least $15 million in geographically dispersed locations; and/or (2) a contract vehicle with a maximum value similar to the maximum quantity B.3.


(12) L.19.3.2 Price Proposal Instructions revised to include the term "fixed" in numbers 15 - 17.


(13) L.19.3.2 Price Proposal Instructions is renumbered and revised to include: In the Narrative, offerors shall propose, for each of the six periods, one not-to-exceed (NTE) fully-loaded hourly labor rate for the Program Manager labor category at the location (CONUS or OCONUS) in which such category will not normally perform (i.e., the location at which $0.00 was proposed in Pricing Table 5). Offerors shall also follow the instructions provided under Sections L.19.3.2 (18-22), excluding the reference to Pricing Table 5.


(14) L.19.4.2 Business Management is revised in its entirety.


(15) M.9.1 Evaluation Factors; Technical Factor 1, Sub-factor 1 revised to change reference from "Section C" to "Attachment B, Sample Task Order."


(16) M.9.1 Evaluation Factors; Technical Factor 1, Sub-factor 1(d) revised to include: "to include mobilization of personnel and resources."


(17) M.9.1 Evaluation Factors; Factor 3 Similar Experience revised to include: "multiple simultaneous task orders with an estimated value of $15 million in geographically dispersed locations and/or a contract similar in size, scope, and complexity to the AFRICAP IDIQ."


 


The following sections of Attachment B - Sample Task Order have been revised:


(1) Section 6.0


(2) Section 7.0


 


The following sections of Attachment E - Pricing Tables have been revised:


(1) New requirement referencing Section L.19.3.2(72) of the IDIQ added Tab 1 - Compliance Checklist IDIQ.


 


The following sections of Attachment F - Equipment List have been revised:


(1) All equipment CLINS have been revised.


 


It is strongly recommended that offerors perform a full review of the RFP.


---------


NO FURTHER QUESTIONS WILL BE ACCEPTED. THE DEADLINE FOR SUBMISSION OF QUESTIONS WAS APRIL 24, 2015. NO PHONE CALLS WILL BE ACCEPTED. ALL QUESTIONS REGARDING TIMELINES WILL NOT BE ANSWERED.


The date and time for submission of proposal is June 12, 2015, 5:00 PM EDT.

---------------------


This notice references Amendment 006 to the RFP:


File Amendment 3, dated June 2, 2015, contains Amendment 006.


The RFP has been revised to include Attachment J - Questions and Answers (A006). Attachment J confirms L.19.4.2 Business Management requirements and salient specifications for Attachment F, CLINS X502 and X511. This is not a new question and answer period. No additional questions will be answered.


Attachment F, CLINS X502 and X511 are updated to include specifications provided during the previous Q&A period in Attachment I, but were not included in Attachment F. Specifically:
(a) CLIN X502: battery-operated suction pump (Question#78 of Attachment I)
(b) CLIN X511: 4x4 (Question#87 of Attachment I)


Attachment J, Line 2 confirms the requirements for the L.19.4.2 Business Management.
Attachment J, Lines 3 and 4 are answers to questions submitted prior to the deadline, but were inadvertently not included in Attachment I.


The date and time for submission of proposal is June 16, 2015, 5:00 PM EDT.

-------------------------------------------------
This notice references Amendment 007 to the RFP:

File Amendment 4, dated June 5, 2015, contains Amendment 007.


The RFP has been revised to include Attachment K - Questions and Answers (A007). Attachment K includes questions submitted prior to the deadline, but were inadvertently not included in Attachments H, I, or J. This is not a new question and answer period. No additional questions will be answered.


Section M.9.1, Factor 2 Management Approach, Sub-Factor 3 is revised to remove: "The Government will also assess the effectiveness of the Offeror's approach to managing subcontractors. The evaluation will consider the allocation of work and the likely effectiveness of the Offeror's plans for managing the performance and quality of its subcontractor's work."


No other changes were made to the RFP or supporting attachments.


The date and time for submission of proposal is June 19, 2015, 5:00 PM EDT.



Anil N. Nayak, Phone 703-875-6843, Email nayakan@state.gov - Jenel Williams, Email WilliamsJA6@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP