Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
MODIFICATION

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

Notice Date
12/15/2004
 
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
 
Point of Contact
William Stevens, Contracting Officer, Phone 202/344-1259, Fax 202/344-1812,
 
E-Mail Address
william.m.stevens@customs.treas.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? NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-JAN-2005, 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/USCS/PDDC20229/HSBP1004R0247/listing.html)
 
Place of Performance
Address: As stated in the description.
 
Record
SN00738657-F 20050123/050121214454 (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.