Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
MODIFICATION

R -- Strategic Management Support Services

Notice Date
2/9/2007
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSTS03-07-R-ACQ913
 
Response Due
2/20/2007
 
Archive Date
3/7/2007
 
Point of Contact
Quyen Diep, Contract Specialist, Phone 571-227-2997, Fax 571-227-2913, - Marvin Grubbs, Contracting Officer, Phone 571-227-1581, Fax 571-227-2913,
 
E-Mail Address
Quyen.Diep@dhs.gov, Marvin.Grubbs@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation procurement and a total small business set aside. The Request for Proposal (RFP) number HSTS03-07-R-ACQ913 is to establish multiple Blanket Purchase Agreements (BPAs) to obtain Strategic Management Support Services for the Transportation Security Administration. **************************************************************** This procurement will be conducted using the Transportation Security Administration Acquisition Management System (TSAAMS). Interested parties may learn more about the Acquisition Management System at http://fast.faa.gov. TSA is exempted from the Federal Acquisition Regulation (FAR) by the Aviation and Transportation Security Act (ATSA ? Public Law 107-71) and empowered to use TSAAMS by the same authority. **************************************************************** All interested vendors must contact TSA's Office of Acquisition (OA) for a copy of the RFP, which contains the instructions, Statement of Work, Past Performance Survey, and Non-Disclosure Agreement. The RFP contains all Evaluation Factors that will be used by TSA in considering the technical merit of each response. The RFP also contains instructions on the format of responses, including page length. All interested offerors are hereby made aware that in order to be considered, they must submit a technical and price proposal that covers all aspects of the SOW, not selected parts of the SOW. However, TSA is willing to consider the merit of any proposed subcontracting or teaming arrangements meeting the Limitations in Subcontracting requirements. TSA's primary point of contact is Ms. Quyen Diep, who can be reached at 571-227-2997 or e-mail at Quyen.Diep@dhs.gov. If Ms. Diep is not available, please contact Mr. Marvin Grubbs at 571-227-1581 or e-mail at Marvin.Grubbs@dhs.gov. Please contact Ms. Diep NO LATER THAN February 9, 2007 to receive a copy of the RFP via e-mail only. Any questions about this synopsis/solicitation shall be directed in writing to Ms. Diep. The deadline to submit a technical and price proposal is indicated in the RFP letter and will not be extended unless the Contracting Officer determines that an extension is necessary to maintain the competitive nature of the procurement. **************************************************************** AMENDMENT 03 TO RFP HSTS03-07-R-ACQ913: The purpose of this amendment is to publicize responses to questions submitted on February 6, 2007. ***Question 1: Page 6 of 24 of the RFP states that past performances can be submitted for subcontractors. Must subcontractors meet the NAICS codes? If not will the 51% prime work share apply to the BPA as a whole or to individual Task Orders? Answer 1: Subcontractors do not need to meet the NAICS code. The 51% applies to performance on task orders. ***Question 2: Page 7 of 24 in the RFP states that contractors can submit an OCI mitigation plan, page 8 of Attachment 1 says an OCI plan will not be considered. Can an OCI mitigation plan be submitted? Answer 2: Offerors may submit a Mitigation Plan for each resultant task order. On page 8 of the Statement of Work (Attachment 1 of the RFP), the sentence ?An OCI mitigation plan will not be considered? is hereby replaced with ?An OCI mitigation plan will be considered on an individual basis for each task order?. ***Question 3: Will all TOs be competed? If so, what will the process be? Answer 3: All BPA Calls/Task Orders will be competed amongst all BPA awardees via request for quotation. ***Question 4: Page 5 of 24 in the RFP states that ?Offeror?s technical response shall include resumes of proposed key staff that will oversee the BPA.? Later in the same paragraph, it states that ?A Program Manager/Team Lead shall be assigned for this effort.? Is are these the same key person and does the government expect that only one key personnel will over see the BPA? Answer 4: The Program Manager/Team Lead is considered key personnel. The offeror may elect to have one or more key personnel. ***Question 5: Please define the Labor Categories along with a description of each, including the Number of Years of Experience, Skill Expertise and Education Qualifications. Answer 5: Our expectation is for offerors to propose the labor categories and descriptions of each that shall be used to fulfill any task order requests for the duration of the BPA. ***Question 6: Please clarify whether the Past Performance Narrative is included in the page count. Answer 6: Past performance references is not included in the page count limitation. The Past Performance Survey to be completed and submitted by the offeror?s reference(s) is not included in the page count limitation. ***Question 7: In the subject Statement of Work on page 1 paragraph 4; ?Specific requirements of these task orders are detailed below under Technical Requirements. The contractor must be capable of providing proven technical support for all specific tasks described under Technical Requirements.? Does the government want each task addressed separately or should the responder organize the technical response as directed on page 5 of the SOW by the listed evaluation factors (described in the RFP on page 2) and correlate to specific tasks listed? Answer 7: Organization of the content of the technical volume to best demonstrate the offeror?s understanding of and ability to fulfill the requirements stated in the SOW is at the offeror?s discretion. ***Question 8: Does the 15 page limitation for Volume 1 Technical Response include pages for past performance descriptions? Answer 8: No. ***Question 9: Since this is a BPA with task orders related to SOW tasks, please provide clarification that OCI restriction for both primes and subs, applies on a task order by task order basis. Answer 9: The OCI restriction applies on a task order basis.
 
Place of Performance
Address: Transportation Security Administration, 701/601 South 12th Street, Arlington, VA
Zip Code: 22202
Country: UNITED STATES
 
Record
SN01229277-W 20070211/070209220423 (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.