Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
MODIFICATION

R -- Administrative Office Support

Notice Date
8/1/2006
 
Notice Type
Modification
 
NAICS
561110 — Office Administrative 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
DG1350-06-RQ-0717
 
Response Due
8/4/2006
 
Archive Date
8/19/2006
 
Point of Contact
Juanita Beck, Procurement Technician, Phone 301-713-0838 x198, Fax 301-713-0809, - Catherine Holland, Contract Specialist , Phone 301-713-0838 x139, Fax 301-713-0809,
 
E-Mail Address
Juanita.Beck@noaa.gov, catherine.e.holland@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0002 is being issued to answer questions that were received: Question: Please confirm the delivery date of the aforementioned RFQ. On the SF18 it indicates Aug 1, 2007. Answer: August 4, 2006 Question: The SOW indicates a requirement for a proposal. Please verify if a written proposal is required and the page limitation or if the agency is looking for just the SF18 being filled out and returned. Answer: SF18 only Question: Can the RFQ be faxed or email by the bid closing date? Answer: RFQ?s can be faxed or email Question: Are resumes required to be submitted with the quote? Answer: Yes Question: For small businesses like SDVOB, 8a or Women-owned will consideration be given for partial or advancement payments to invoices for cash flow/payroll purposes? Answer: No advance payments Question: Would it be possible to set this aside as a Service Disabled Veteran Owned acquisition? Answer: This is 100% small business Question: Who is the current incumbent, in case there is one? Answer: The MIL Corporation Question: Page 2, SOW - section 3.1.1 & 3.1.2 - Project Management states Contractor will be responsible for general project management duties and updating the USATC Operations Policies and Procedures Manual. These tasks are management level activities and are outside the scope of the two positions you are requesting. Should there be an additional line item in the quote for these management services? Answer: Delete Project Management aspect. Contractors will only maintain and update USATC Operations Policy and Procedures manual and conduct tours. Question: Who will be responsible for the daily management and work assignments for the two contract staff? Answer: COTR Question: Will USATC provide training on systems to be used by contract staff? Answer: Yes Question: Are the USATC tour already scripted and mapped out? Is the Contractor expected to provide coverage for receptionist while they are giving tours? Answer: USATC has a scripted tour that is given to new staff and student visitors. Contractor does not need to provide coverage for receptionist while tours are given. Question: Section 3.2.3- How much material does the USATC anticipate will need to be cataloged on a weekly basis? Answer: Varies, but never more then 5-10 items per week. Question: Any security clearance is needed for performing the tasks mentioned? Answer: Must be able to obtain a Confidential Security Clearance. Question: The personnel provided have to be Citizens/Resident aliens/ authorized to work in USA? Answer: Must be able to work in the US. Question: The Quote is for 1920 hours per year. This means that there may be 10 days when either of both of the contractor staff will be on vacation and there may not be adequate coverage of the Desk. Would the government want to have substitute coverage so that the desk is fully staffed during all work days except Federal Holidays? i.e., would the government consider changing the hours from 1920 to 2000? Answer: No changes in hours, 1920 Question: Will the Government provide transition time from the incumbent and/or provide training and orientation if there is no incumbent? Answer: The Government will provide all training and orientation. Question: The Synopsis and Modification both say, ?SEE NOTE 1?. What is this in reference to? Where is note 1? Answer: Fedbizips Numbered Note 1 states: The proposed contract is 100% set aside for small business concerns. Question: What criteria, other than price, will be used to evaluate the Responses? Is there any other information required to be submitted along with the response other than our CCR number (Federal Acquisition Circular 2006-11)? Answer: No The Department of Commerce and International Trade Administration has a requirement of one (1) Room Reservation Coordinator and one (1) Receptionist/Administrative Assistant. This is a request for quote (RFQ). The North American Industry Classification System (NAICS) code is 56110 and the related size standard is $6M. A level of effort agreement is anticipated to be labor hour awarded based on competition for a 12 month period with two (2) optional 12 month periods. Option periods shall be exercised at the sole desecration of the Government. This RFQ incorporated provisions and clauses are in effect through Federal Acquisition Circular 2006-11. Responses must be received by close of business on August 4, 2006, via e-mail to juanita.beck@noaa.gov. SEE NOTE 1
 
Place of Performance
Address: Washington, DC
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01102801-W 20060803/060801220257 (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  © 1994-2020, Loren Data Corp.