Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
MODIFICATION

Q -- Tactical Medical Program

Notice Date
9/7/2004
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
COW-4-R-0032
 
Response Due
9/10/2004
 
Point of Contact
Pamela Burch, Contract Specialist, Phone 202-353-3811, Fax 202-514-3353, - Jan Wisor, Contracting Officer, Phone 202-305-2130, Fax 202-514-3353,
 
E-Mail Address
pamela.burch@dhs.gov, jan.wisor@dhs.gov
 
Description
This Amendment No. 1 provides for omissions, clarifications, changes, etc. to solicitation No. COW-4-R-0032. Also,included are the answers to the questions submitted in writting. AMENDMENT NO. 1 TO SOLICITATION NO. COW-4-R-0032 QUESTION: 1. Our present concern relates to "Work Requirement Number 6". This states that the key medical personnel must be located within a 50 mile radius of your offices. May I ask - is this an inflexible requirement? Answer: No, the 50 mile radius requirement is not flexible. QUESTION: 2. Our experience has shown that this is not a mission essential requirement. Our FBI contract is still in force and has proven to be extremely workable and successful. Is there a possibility that this requirement could be reconsidered and waived? Answer: No, the 50 mile radius for this requirement cannot be waived. QUESTION: 3. As it is presently written, would a proposal from us be considered, or would it be judged to be non-qualifying? Answer: Proposals not responsive to the RFP requirement will not be considered. QUESTION: 4. On the first page, the statement that .... "Travel NTE $10,000". Is this the total limit for travel for the full year of the contract? Answer: "Travel NTE $10,000 is the estimated amount of Travel cost for the Base Year. QUESTION: 5. Offerors shall include a completed copy of the provision at FAR 52.21203 - **Proprietary **/** High Priority **. I am trying to find out what the above stated provision entails. Please advise. Answer: You can located this clause in detail at www.arnet.gov. QUESTION: 6. Could you please provide guidance concerning the form and format required for responses to the referenced solicitation? Answer: There's no required format. QUESTION: 7. Are there specific forms which can be accessed or is a traditional proposal acceptable? Answer: A traditional proposal would be acceptable that responds to the RFP. The time for submission of proposals as a result of this amendment remains unchanged. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-SEP-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/COW/COW-4-R-0032/listing.html)
 
Place of Performance
Address: Department of Homeland Security Immigration & Customs Enforcement, 425 I Street, NW Washington, DC 20536
Country: US
 
Record
SN00684909-F 20041001/040929213401 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.