Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
MODIFICATION

B -- Job Task Analysis

Notice Date
9/2/2005
 
Notice Type
Modification
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Contracts & Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
 
ZIP Code
08405
 
Solicitation Number
HSCEAM-05-R-00025
 
Response Due
8/30/2005
 
Archive Date
9/14/2005
 
Point of Contact
Grace Kelly, Contracting Officer, Phone 609-813-3406, Fax 609-813-3446,
 
E-Mail Address
grace.kelly@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number:HSCEAM-05-R-00025 Attachment 4 Amendment:002 This solicitation is amended as follows: 1. The Government confirms that this Job Task Analysis (JTA) does include both the technical preparation of a JTA as well as the development and justification of medical standards. Any requirement for continued support of the screening system based on the JTA shall be handled separately from this procurement. Please delete the following paragraph from the SOW Attachment 1 Final Report: “The consultants must be available, upon written notification to provide sworn testimony in administrative or legal proceedings with regard to the development and establishment of the JTA and job-related performance based medical and physical qualification requirements. 2. Question: “The Job Task Analysis solicitation refers to the Place of Performance as Reston, VA along with a postal code. I can find no other reference to requirements for on-site performance for the contract. Could you clarify? In other words, will the awarded contractor require all contract personnel to be on site for the duration of the contract, for part of the contract, for only some labor categories, etc.” Government response: “The primary place of performance could take place at various locations to include a contractor's worksite as well as various DHS offices per the vendor's technical approach and field office's selected for travel. Any requirements for Government furnished office-space or equipment should be identified in the Offeror’s proposal.” 3. Question: “One additional question pertaining to the solicitation in the subject line. Attachment 1 section 5.0 (page 4 of 9) indicates that the technical approach should include signed non-disclosure statements from contract participants. Would this be a DHS form or would it be something that the contractor would develop?” Government response: The contractor may use the DHS Non-Disclosure Agreement DHS Form 11000-6 (08-04. Available on line, or contact the CO. 4. Question: “In Attachment 1, page 8, 6 lines from the top: what is meant by ‘Describes the level of difficulty in performing each job task’? Please define difficulty in what sense.” Government response: Difficulty in performing a task refers to the time, effort, and assistance needed to achieve an acceptable level of performance proficiency, or to the difficulty of learning the task on the job without formal training. The contractor should provide an estimate of task performance difficulty based on estimated training time required to achieve a minimum level of proficiency using the following scale: None = no training is required Low = task requires 1 to 3 days to learn Moderate = task may be learned in 1 to 2 weeks High = task may require up to 1 month or more to learn 5. Question: “In Attachment 1, page 8, last bullet “A physical abilities test template for use during the selection process.” Please define template? Government response: This template is like the practical exercise performance requirements or the list of activities that could be used to document the minimum level of proficiency required of an applicant that is necessary to perform the related job task 6. Question: “In Attachment 2, #4, paragraph 2, is there a specific format for the cost proposal desired? What type of rationale for the estimated hours is desired?” Government Response: The Government does not have a prescribed format for the cost/price proposal. It should be responsive to the requirements described in Attachment 2 of this solicitation and conform to the Offeror’s technical approach. 7. Please note that the delivery date for the 1st deliverable has been extended from 90 days after date of award to 120 days after date of award. The entire period of performance is extended 30 days from 150 to 180 days. Please note the due date for proposals remains the same as amendment 001, Wednesday September 7, 2005 @ 4pm EST. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/ICEFAMS/HSCEAM-05-R-00025/listing.html)
 
Place of Performance
Address: Reston, VA
Zip Code: 209190
Country: USA
 
Record
SN00886518-F 20050904/050902213244 (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.