Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
MODIFICATION

R -- Security Guard Services for government buildings in the Northern Virginia area

Notice Date
1/14/2005
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1004R0247
 
Response Due
1/5/2005
 
Archive Date
1/20/2005
 
Point of Contact
William Stevens, Contracting Officer, Phone 202/344-1259, Fax 202/344-1812, - Thomas Thompson, Chief of Mission Support/Contracting Officer, Phone (202) 344-1273, Fax (202) 344-1254,
 
E-Mail Address
william.m.stevens@customs.treas.gov, thomas.l.thompson@dhs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This amendment is to revise RFP HSBP1004R0247 by amending the following and to provide answers to questions: 1. This contract has an existing union agreement. The union agreement is made part of the RFP as attachment F. 2. The SOW, attachment C has been amended and is replaced in its entirety. 3. Attachment B, Section B has been amended and replaced in its entirety. 4. Block 9 of the SF33 is amended to add. The current due date for the proposals is revised to February 15, 2005 at 3:00 PM. 5. The cut off date for submitting questions is February 1, 2005 at 4:00 PM. Questions concerning the RFP from various offeror?s. 1) RFP Reference: RFP Attachment B, p. 5, Paragraph 1.7, and p. 16, Paragraph 1.13.4 RFP Question: Reference is made to armed and unarmed guards and training requirements for both, yet RFP Attachment B, Attachment 3a, Guard Post Listing shows all posts as being armed. Which is correct? For pricing purposes, need to know which posts are armed and unarmed or is it the Government?s intention to use Guard II qualified individuals on all posts? Answer : It is the government's intention to use Guard II qualified individuals on all posts. 2) RFP Reference: RFP Attachment 3b- Post Order and Attachment 3c-CBP SOP RFP Question: These post orders do not match the post numbers, types of posts or post times that are listed in RFP Attachment B, Attachment 3a, Guard Post Listing. Which attachment has precedence? Please clarify. Answer : The modification has corrected this issue. 3) RFP Reference: RFP Attachment B, p. 15, Paragraph 1.12.4.3, and RFP Attachment B, Attachment 2 RFP Question: Contractor is directed not to remove firearms and to store weapons ?using an approved weapons storage method.? Are there currently storage areas? How many ? Does each building require a dedicated storage area or are some (NDC1-NDC 5) sharing one storage location? Answer: There is one storage location to service all sites. 4) RFP Reference: RFP Attachment 6, Deduction Table, Item #5 RFP Question: What is considered an ?excessive? turnover rate and what is the amount of the deduction? Answer: Excessive turnover rate as well as deduction amount are to be determined by the CO/COTR based on the circumstances. The contractor will be allowed to participate in the discussion and present his/her case. 5) RFP Reference: Delivery Schedule, CLIN 25, and RFP Attachment B, CLINs 25a and 25b RFP Question: CLIN 025 in the Delivery Schedule is specified as a ?Cost Reimbursement? item; Attachment B lists CLIN 25a as being ?Other Direct Costs? (ODC) and CLIN 25b as ?Transition Costs.? ODC normally covers travel and other miscellaneous items. Does ODC apply to uniforms, firearms, and equipment? What does the Government allow to be included in CLIN 25b, Transition Costs? Does transition include recruiting, screening, training, recertification, etc.? Please clarify as it is critical to determine what costs might be eligible for cost reimbursement and which costs must be factored into G&A. Answer : ODC covers special equipment and supplies, when required by the government, but does not cover standard-issue items such as uniforms and firearms. ODC also does NOT cover costs relating to recruiting, screening, training, certifications/re-certifications, etc. 6) RFP Reference: RFP p. 48, Section L.5, General Instructions for the Preparation of Proposals RFP Question: The numbering of the Technical Proposal Required Response Format on RFP p. 48 and RFP p. 49 appear to conflict. RFP p. 48 specifies three sections: Section 1- Transmittal Letter; Section 2- Executive Summary and Table of Contents; and Section 3- Technical Approach. Yet RFP p. 49 -50 list six required sections beginning with Section 1, Overall Approach; Section 2- Personnel Resources & Staffing, etc. Should the six requirements on RFP p. 49-50 be listed as Sections 4-9 on the outline? Please clarify. Answer : There are 4 Main sections to each proposal: 1-Transmittal letter, 2-Ex.Summary and TOC, 3-Technical Approach, and 4-Offeror's Addedum. Within Section 3, Technical Approach, there are 6 required sections, beginning with Overall Approach and ending with Transition Plan. 7) RFP Reference: RFP p. 51, Section L.5, General Instructions for the Preparation of Proposals RFP Question:: Is Section 4, Offeror?s Addendum actually Section 10 (see above question) on the required outline rather than Section 4? Answered above. 8) RFP Reference: RFP p. 53, Section M.2, Technical Evaluation Factors RFP Question: Technical Plan (D) and Corporate Experience (E) are not specified in Section L required outline. Are these plans the same as the Contract Management Plan and Current/Past Performance specified on RFP p. 49? Or, should the contractor add them to the required outline to follow the Transition Plan? Answer : Technical Plan (Item D in Section M) will be evaluated based on the information provided in the Overall Approach (Section L, B, Section 3, Item 1), Subcontracts and Consulting Arrangements (L,B,3,5), and Transition Plan (L,B,3,6), as well as information provided in other sections as it relates the Technical Plan. 9) RFP Reference: RFP p. 49, Section L5, General Instructions for the Preparation of Proposals RFP Question: Is the Contract Management Plan the same plan as the Management Plan specified on RFP p. 53 or a separate requirement? If a separate requirement, where should the contractor address it in the Section L Outline? Answer : Contract Management Plan in Section L is the same as Management Plan in Section M. 10) RFP Reference: RFP p. 49, Section L5, General Instructions for the Preparation of Proposals RFP Question: Is the Personnel Resources and Staffing Plan the same plan as the Staffing Plan specified on RFP p. 53 or a separate requirement? If a separate requirement, where should the contractor address it in the Section L Outline? Answer : Yes, they are the same. 11) RFP Reference: RFP p. 49-50, Section L5, General Instructions for the Preparation of Proposals RFP Question: Is the Current/Past Performance Section the same requirement as Corporate Experience (E) on RFP p. 53 or a separate requirement? If a separate requirement, where should the contractor address it in the Section L Outline? Answer : Yes, they are the same. 12) RFP Reference: RFP p. 53, Section M.2, Evaluation Criteria RFP Question: The Evaluation Criteria do not appear to match the required response items in Section L.5. For example, the Subcontracts and Consulting Agreements and Transition Plan described on RFP p. 50-51 are not part of the evaluation criteria. Please clarify. Answered above. 13) RFP Reference: RFP Attachment B, Paragraph 1.2.3, p. 3 RFP Question: Here the Transition Plan is required 20 days after contract award, yet RFP p. 50, Section L.5, requires the transition plan with proposal submittal. Which is correct? Answer: An initial Transition Plan describing the general approach to the taking over the contract from the incumbent is required with the proposal. A more detailed Transition Plan, if needed, will be prepared by the contractor and provided to the government within 20 days of contract award. 14) RFP Reference: RFP Attachment B, p. 2, Paragraph 1.1.2.14, and RFP Attachment B, p.22 RFP Question: Reference is made to a QA Plan and Exhibits, and RFP Attachment B, p. 22 refers to Attachment 7 (Small and Disadvantaged Business Subcontracting Plan) and Attachment 8 (QA Plan including Exhibits). RFP Attachments 7 and 8 were not provided. Please provide Answer: The original attachment 7 referring the Small Business was removed without references to it being removed. The current Attachment 7 used to be Attachment 8 and should have been referred to as Training Plan rather than QA Plan.
 
Place of Performance
Address: As stated in the description.
 
Record
SN00734949-W 20050116/050114211521 (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.