Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2006 FBO #1591
MODIFICATION

R -- Operation and Management of Employee Worklife Center

Notice Date
9/4/2004
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
DG1330-04-RQ-0119
 
Response Due
9/13/2004
 
Point of Contact
Rubie King, Contract Specialist/Contracting Officer, Phone 301-713-0838 x189, Fax (301) 713-0806,
 
E-Mail Address
rubie.b.king@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This Amendment is being issued to provide a written response to questions recieved. 1. Is this opportunity a recompete or is NOAA currently managing the center? This requirement is not a recompete. NOAA is currently managing the center. 2. If this is a recompete who is the incumbent, and are they eligible to recompete? There is no incumbent contractor. 3. What is the current contract value if a recompeted opportunity? The Government estimate to operate the center is between $100,000.00 and $150,000.00 per year. 4. Currently how many persons are on staff at the EWC? (Total Count) Currently, there is one full time government employee who sits in the Center to coordinate the usage of the lactation, reading and relaxation rooms until a contract is in place. 5. On page 5 of the scope of work it states that "the contractor shall be required to link the EWC and its offerings to NOAA's diversity initiative". and then it gives the website for the diversity initiatives. Does this mean that the contractor shall provide an electronic link from the EWC site to the diversity site and vice-versa, or does this mean that the EWC offerings should be in accordance with the diversity initiatives? Please clarify? The EWC offerings should be in accordance with NOAA’s diversity initiatives. The diversity link is provided in the solicitation to give the contractor an understanding of what NOAA’s approach to diversity is and what it encompasses. 6. Do you expect the go live date of this contract to change from October 1, 2004? If yes, what might be the expected start date? The anticipated start date of the contract is October 1, 2004. The successful Offeror shall be required to begin performance on this date. 7. My firm has a fully functional office to staff and perform the services as outlined in this solicitation. Can all of the FTEs that we will use to support this Contract be housed in my Columbia, MD office? Note as required by the contract, each essential FTE working on this contract will be prepared to travel in accordance with the travel guidelines as listed in the Statement of Objectives – item C5. As stated in the solicitation, the Governments requirement is to manage and operate its worklife center located in Silver Springs, MD. It is anticipated that the Contractor shall provide at least one individual on-site during the normal business hours. All other services maybe provided at the discretion of the Contractor. The travel guidelines pertain to the travel that may be required to deliver seminars and briefings on worklife center offerings to NOAA employees located in various offices throughout the country. See Section C.2 8. Can the FTEs we use to support this contract have access to NOAA computers and phone system from my Columbia, MD office – so that we may respond to voice mail and email from our location. Positioning FTEs in our location will reduce the cost of performing these services to the NOAA. We are open to complete inspection of our worksite. Currently there are no provisions for off-site access of NOAA’s computers. 9. What is the current frequency of calls and emails to the call center? Currently there is no call center. 10. What government property will be provided to the contractor? Item G4 intends to list those properties but is currently blank. The center is furnished with the following items: Worklife Center 3 desktop computers 1 printer 1 sofa 2 chairs 1 table Relaxation/Reading and Lactation Rooms 1 combination tv/vcr/dvd player 1 refrigerator 1 aquarium 1 ergonomic massage chair 1 sofa 3 chairs 1 table 11. Our objective is to retain FTEs in support this contract, or the use of long term contract temporary employees. Provided they pass the required clearance levels, please confirm that this is acceptable. (see item H9) Clause H.9, Not all employees under this contract shall be considered key personnel. The contractor should propose only those employees they consider responsible for the management of the facility as key personnel. 12. How much time will be permitted in order to secure the necessary FTEs, and train them prior to commencement of this contract? This contract is for operation and management of the worklife center. Potential offerors should be experienced in providing these types services. Additional time for recruiting and training of employees is unacceptable. 13. Please clarify the details regarding the hours of operation? (the RFP indicates that incumbent needs to provide 24 hours per day, seven days a week call centers; however it also indicates that the contractor needs to provide services that coincide with the centers normal business hours Monday through Friday 8:30am to 5pm) As previously stated, the Government anticipates at least one person on site to manage the Center during normal business hours. The Government anticipates the establishment of or shared access to a professionally staffed 24 hour/7 day a week call center to service employees. 14. Is there a current call center onsite or elsewhere? There is no current call center. 15. On averages how many seminars a month is the incumbent expected to provide? The Contractor shall provide a minimum of one seminar per month. 16. What kind of library system is currently in place? The Government facility has an on-site lending library where employee go to read and check out books and a worklife website that employees visit to request materials on line. 17. Are all the materials currently stocked in the library “free materials” or “purchased”? The library has both free and purchased materials. 18. Is the incumbent required to maintain an archive for older publications and is there onsite storage available for archived materials? No 19. Is this an A-76 program? No 20. Will the successful contractor be involved in social issues or just the management of resources? See Scope of Work – C.2 21. Will an RFP be issued with a detailed SOW? The SOW is found in Section C of the solicitation. 22. What does "SEE NOTE 1" as contained in the Description pertain to? “ SEE NOTE 1” means offerors should review the list of number notes published in the FEDBIZOPS. In this case, NOTE 1 means the proposed contract is 100% set aside for small business concerns. 23. Is it too late for a capability briefing? Yes The U.S. Department of Commerce (DOC), National Oceanic and Administration (NOAA) has a requirement for the operation and management of its Employee Worklife Center in Silver Spring, Maryland. This combination synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulations (FAR) 12.6 as supplemented with additional information included in this notice. Solicitation No. DG1330-04-RQ-0119 is being issued as a Request For Proposal and is a 100% Small Business Set-A-Side. The associated NAICS codes is 541611 and the Size Standard is $6M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 24. Potential Offerors must include a completed copy of the provisions at 52.212-3, entitled “Offerors Representations and Certifications-Commercial Items”, with its offer. Failure to complete these provisions may result in the Offerors proposal being considered non-responsive. All questions concerning this requirement must be submitted within five days of this notice via email to Rubie.B.King@noaa.gov. A firm fixed price contract with a twelve month base period and four twelve month is anticipated. Proposal submitted in response to this notice are due buy 4 o’clock p.m. Eastern Standard Time on September 13, 2004. Proposal must be delivered to the DOC/NOAA/OFA External Customers Acquisition Management Division, OFA66, 1305 East West Highway, Sta. 7545, Silver Spring, MD 20901 Attention: Rubie B. King. SEE NOTE 1 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-SEP-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-APR-2006, 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.fbo.gov/spg/DOC/NOAA/AGAMD/DG1330-04-RQ-0119/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland
Zip Code: 20910
Country: U.S.A.
 
Record
SN01020422-F 20060405/060403221231 (fbodaily.com)
 
Source
FedBizOpps 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.