Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
MODIFICATION

B -- ENVIRONMENTAL SERVICES

Notice Date
6/26/2003
 
Notice Type
Modification
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
RFP5-01316-GDK
 
Response Due
7/3/2003
 
Archive Date
6/26/2004
 
Point of Contact
Maria McNamee, Contracting Officer, Phone (301) 286-9896, Fax (301) 286-0247, Email Maria.L.McNamee@nasa.gov - James M Debelius, Contracting Officer, Phone (301) 286-5491, Fax (301) 286-0247, Email James.M.Debelius@nasa.gov
 
E-Mail Address
Email your questions to Maria McNamee
(Maria.L.McNamee@nasa.gov)
 
Description
This is a modification to the synopsis entitled Environmental Services, Solicitation No. RFP5-01316-GDK, which was posted on April 4, 2003. You are notified of the following: The List of Interested Companies is revised to incorporate the following: Hugh Archer/Mavickar Environmental Consultants, Inc. @ 717-540-9925; Lascelles Samuels/Topflite Building Services, Inc. @ 202-726-2500; Jennie Agerton/Environmental International Corporation @ 770-772-7100; Francesca Cartwright/EnviroTrac Ltd. @ 410-729-7979. The following questions are answered: 56. QUESTION: Will individual experience be treated with the same weight as corporate experience in the evaluation process? Is it necessary for the personnel with the experience to currently be on the offeror's payroll or is a letter of commitment adequate? If a letter of commitment is adequate will it be scored as higher risk than if the person is currently on the offeror's payroll? RESPONSE: Yes, individual experience will be treated with the same weight as corporate experience in the evaluation process. Solicitation clause L.13.3 - Mission Suitability Instruction by Subfactor, Subfactor A (NOTE) specifies the relevant experience be a current staff member. This amends that factor to allow for a letter of commitment. A letter of commitment is acceptable and will not be scored as a higher risk than if the person is currently on the offeror's payroll. 57. QUESTION: Pr SOW Section 1.4.1.l, Government Furnished Equipment: The contractor is required to "[m]aintain all government furnished equipment to assure availability ?" Does the government pay for costs associated with preventive maintenance and calibration of government furnished equipment? RESPONSE: These costs should be covered under Other Direct Costs (ODCs) in the offeror's proposal. Actual costs will be paid when incurred and invoiced. 58. QUESTION: What do you mean by a "teaming contractor" (page 64, paragraph 4)? Do you mean a named contractor or named subcontractor? What is the difference in the terminology between a teaming contractor and a subcontractor? RESPONSE: Under both terms, the government requires one prime contractor. The difference in the terms is the offeror's approach to contracting. 59. QUESTION: Per SOW 1.4.1 Environmental Program Management e. Plans, Applications, Procedures, Reports and Notifications, what is the status of the existing Plans and what is the timeline for development/update? RESPONSE: This information on existing plans is included in the Proposal Library. All plans are expected to be drafted, reviewed, updated as necessary within the first year of the contract and as required by regulation, NASA Policy or SOW thereafter, throughout the period of performance. 60. QUESTION: If I understood correctly, there were a number of different contractors with a piece of the environmental program at Goddard and that has now been placed under one environmental umbrella. Is that understanding correct? What companies besides Occu-Health, and ECG currently have environmental contracts with/at Goddard? RESPONSE: These services are not being performed at this time. Previous contractors have varied for this requirement. 61. QUESTION: page 31 H.10 Export Licenses. Will there be requirements to export? RESPONSE: There is the potential to have contractor perform work at foreign sites under the IDIQ section, therefore the potential for exports. 62. QUESTION: What determines whether the contractor can submit interim cost vouchers? For a small disadvantaged company such as ours interim payments are very important. RESPONSE: GSFC is implementing a new financial system and at this time cannot support interim vouchers more frequently than a monthly basis. 63. QUESTION: Section 1.4.3 Items d. and j. refer to "other 90- and 180-day staging facilities;" "actively-used TSDFs;" and "proposed TSDFs." Are TSDFs included in the scope of work? If so, is any information available concerning how many of these facilities are (or are anticipated to be) located on GSFC and what types and the types and quantities of wastes that are (are anticipated to be) managed at such facilities? Are any of these existing and proposed 90- and 180-day storage facilities at GSFC RCRA Part B-permitted hazardous waste storage facilities? RESPONSE: GSFC does not have or plan to obtain a RCRA Part B permit for any GSFC facilities. Attachment 1, Paragraph 1.4.3.d, TSDF reviews and audits refers to TSDF's that are used by GSFC (through the contractor) to treat, store or dispose of GSFC waste. SOW Section 1.4.3(j) Hazardous Waste Management Inspections, refers to those sites at GSFC where hazardous waste is managed in SAA's 90-day facilities or 180-day facilities. 64. QUESTION: Are you expecting metrics for the Representative tasks too? Please clarify. RESPONSE: Yes, in accordance with solicitation L.13.3, Subfactor A. 65. QUESTION: Do contract workers have to be US citizens? RESPONSE: Yes, during the phase in period it is a requirement for US citizens due to security procedures and the short period of performance. There will be required paperwork for badging to access the center during this period, which will take place at the time of award of the phase in. For the contract, contractors are not required to be US citizens. During phase-in for the contract, the contractor will be required to complete Locator and Information Services Tracking System (LISTS) forms, Name Check Request forms, fingerprint cards, and forms for foreign nationals for all personnel under the contract. Requests for foreign nationals are processed under the following guidelines: foreign nationals from non-designated countries must be submitted at least 10 days in advance; visits by foreign nationals from designated countries must be submitted at least 30 days in advance. 66. QUESTION: Regarding the Health and Safety Plan submission of this RFP. We have looked at the Sample Plan, Appendix H. of the Safety Manual, which states: 1.2 Goals and Objectives. Describe specific goals and objectives to be met. Discuss status of safety program using the Performance Evaluation Profile (PEP) as safety performance criteria. Describe the contractor's approach (including milestone schedule) to achieve and maintain level 5 of the PEP in all areas (see contents of PEP). I have tried to access the PEP survey through internet links, with no luck. Is it possible to obtain a hard copy of this or can you provide a viable link? We need this to develop our specific Health and Safety Plan for submission. RESPONSE: Please see the attached file "PEP survey contents". 67. The Groundwater Investigation and Modeling Study of the Aquifer System, NASA Goddard Space Flight System, KCI, 2003 referenced in Attachment 1.5 - Groundwater Sampling, Laboratory Analysis, and Modeling does not appear in Section L.7 Proposal Library. We need to see this or at least contact the preparer to research the following: QUESTION: What graphical interface package (eg. Groundwater Vistas is a popular one) was sued with MODFLOW in the previous report. We need to know the specific application. What pre- and post-processing software was used? What software was used for the fate and transport modeling? The PCE-DCE daughter product scenario seems to indicate that multiple species modeling (more than likely Surfact) was done as opposed to single species modeling. RESPONSE: Visual MODFLOW was used to assemble the groundwater flow and transport modeling and view simulation results. MT3D was used to simulate TCE transport. PEST was used for hydraulic conductivity variable calibration. Goddard Space Flight Center only has a license to use Visual MODFLOW version 2.8.2, which includes MODFLOW and MT3D. 68. QUESTION: How many people do you anticipate are needed for this contract? RESPONSE: Reference solicitation clause L.13.3, Subfactor B - Professional Qualifications. 69. QUESTION: How much office space will be provided at the GSFC site (overall square footage)? Will the space be in one location, or will space be allocated in multiple buildings across the center? RESPONSE: Office space will be provided for each contractor Full Time Equivalent (FTE) directly supporting the four (4) core requirements (minimum of 150 sq. ft. for 1 FTE and 75 sq. ft. for each additional FTE. Space for two (2) employees is available in Building 27A, (90-day Hazardous Waste Staging Facility. All other space will be provided as available. Location of space will be dependent on the number of persons required to be accommodated. 70. QUESTION: Are all employees for this contract required to work on site? RESPONSE: Not all employees supporting this contract are required to work on site. 71. QUESTION: With regards to laboratory analysis costs, it is our understanding that such costs would be bid out once the contract has been awarded. This approach would be more competitive and should save GSFC money in the long run. Please clarify if this is what GSFC wants. RESPONSE: Laboratory costs are a requirement under this solicitation. 72. QUESTION: Spill response and chem. Reuse are both ID/IQ services, not included in our core rates. However, it appears we are planning on using our on-site people to respond to the spills in an on-call status and to run the chem Re-use center. Consequently, how will these be billed? For instance, the sample task that has a spill during business hours, our response has to be within 10 minutes, so we have to use people on-site. Also, it appears that it would make sense to use our on-site people to run the Chem. Reuse center since they will b familiar with the GSFC operations. RESPONSE: The technical and costs proposals should be clear as to how the offeror intends to provide the services described and how much those services will cost. 73. QUESTION: In submitting the Cost Proposal, some subcontractors will appear with labor categories appearing in the IDIQ listing alone. Is it correct to assume that cost proposals are not required from subcontractors supporting the IDIQ listing alone? RESPONSE: There should be separate rates for the prime and the subcontractors labor categories. 74. QUESTION: Will there be more than one work shift? If so, which areas will require this (i.e. Air Quality Program or Hazardous Waste Collection and Management, etc.)? RESPONSE: Attachment 1 - SOW, Section 1.2.1 - General Requirements, sets the only specific work shift requirements. The majority of activities at GSFC occur during normal daytime work hours. The contractor will be expected to accomplish the work required in a manner that best supports GSFC missions. 75. QUESTION: Can a copy of the Service Contract Act Wage Determination for the Greenbelt, Maryland area be provided? RESPONSE: This solicitation does not have a Service Contract Act Wage Determination requirement. You can contact the Department of Labor if you would like to obtain a wage determination for this area. 76. Some clarification on the page limitations. The following is what we understand: Technical Proposal - Understanding of Requirements, Subfactor A = 47 Pages Technical Proposal - Professional Qualifications, Subfactor B = ? Page Per Position Technical Proposal - Management, Subfactor C = 20 Pages Technical Proposal - Safety and Health Plan, Subfactor D = 15 pages Business Management Proposal = Unlimited Pages The Mission Suitability Proposal must be divided and presented by each Mission Suitability subfactor as follows: Subfactor A-Understanding of Requirements Subfactor B-Professional Qualifications Subfactor C-Management Plan Subfactor D-Safety and Health Plan Each of the 4 Representative Tasks PLUS the Core Requirements are included in Subfactor A QUESTION: Does this mean we have 47 total pages to address the 4 Core Requirements, the ID/IQ Requirements, and the ID/IQ Representative Tasks? Clarification is requested. RESPONSE: Subfactor A states that the four (4) CORE Requirements and four (4) ID/IQ representative tasks must be addressed. The 47 pages allowed for Subfactor A should address these requirements as stated in the solicitation L.13.3. 77. QUESTION: L.10 - Determination of Compensation Reasonableness - Should this appear in the Business Management Proposal? RESPONSE: Yes. 78. QUESTION: Can you please tell me how NASA considers an approved Mentor-Prot?g? relationship in their scoring criteria? RESPONSE: An approved Mentor-Prot?g? relationship will not be a factor for adjusting scoring. 79. QUESTION: Page 64 of the solicitation states: "The offeror shall provide a detailed phase-in plan that addresses, at a minimum, the offeror's approach to phase-in sufficient to ensure continuity and a smooth transition with the incumbent Contractor during the 14-day phase-in period." Does this mean the company is required to begin the contract within 14 days of award? RESPONSE: The selected offeror will be issued a fixed price order to complete a 14-day phase-in period that will take place prior to award of the actual solicitation. The actual solicitation is anticipated to be awarded and effective immediately following the phase-in period. 80. QUESTION: RFPP Section L.12 states that "The government is looking for innovative approaches for meeting the statement of work requirements." It is to the Government's advantage if such innovations result in a reduction in cost. However, proposing cost saving innovations will put the offeror at a competitive disadvantage in the Adjustment for Cost Realism (RFP Section M.5.3) because a proposed price more than 5 percent below the Probable Cost will result in a reduced score. Please resolve this apparent contradiction. RESPONSE: Offeror's proposing innovative approaches should be clear in stating the innovation and the cost savings associated with the innovation. The due date for responses is not extended. 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
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#105134)
 
Record
SN00358165-W 20030628/030626223232 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.