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 04 TO RFP HSTS03-07-R-ACQ913: The purpose of this amendment is to publicize responses to questions submitted on February 7, 2007. ***Question 1: Can TSA direct potential bidders to the section of the TSA AMS that specifies the requirement that 51% of the work be done by the small business ?prime? vs. small business ?in general? or even that 51% of the work on a small business set aside must be performed by small business at all? Answer 1: Please see TSA AMS clause 3.6.1-7 Limitations on Subcontracting. ***Question 2: Also, will TSA reconsider a broader use of Contractor Team Arrangements to meet the requirements of the RFP and potentially avoid the situation described in Question and Answer 11 (of Amendment 1 posted on January 31, 2007). Answer 2: The RFP states that offerors may elect to enter into a teaming arrangement to fulfill the requirements. ***Question 3: Although TSA is not subject to the FAR, will TSA allow Contractor Team Arrangements, more explicitly outlined in the FAR than in the TSA AMS (and also referenced under FAR 9.601-9.603), by multiple small business in order to meet the requirements of this solicitation? Answer 3: Offerors may use the FAR reference as guidance. *** Question 4: For the required 3 past performance references, may the prime contractor use a proposed subcontractor?s past performance for this requirement or do all 3 past performances need to be from the prime contractor? Answer 4: Three past performance references are required for the prime and for any subcontractor or partner performing a critical element of the work. ***Question 5: Is the security requirement just a NACI check and SSI briefing, or is there another security clearance requirement? If there is another type of requirement, what is the type and level of the security clearance required? Answer 5: All on-site contractors are required, at a minimum, to adhere to TSA AMS clause 3.14.6 (Pre-Employment Security Screening of Offeror Employees). Additional security clearance requirements will vary with each resultant task order. ***Question 6: Section 14, Key Personnel states that resumes for key people must be included within the proposal. However, subparagraph (g) which defines key personnel is blank. Are you requesting that bidder define key personnel positions for this BPA, or are there no key person requirements? Answer 6: Section XIV (g) is blank because offerors are expected to identify/list the key personnel in that space. ***Question 7: Is there any guidance or prior history to guide the types of CLINS that vendors should propose in the pricing portion (i.e. specific CLINS TSA has purchased in prior contracts of this nature)? Answer 7: No. ODCs such as authorized travel may be proposed. We do not anticipate ODCs for materials. Audit approved G&A may be applied to the ODCs. ***Question 8: Since travel destinations and volume are undefined at this point, should we assume travel as a separate cost-reimbursement item to be provided at Task Order stage? Answer 8: Travel will be addressed on any task order request for quotation. ***Question 9: Will the identified program manager for this BPA (as required by Section IV Submission requirements, sub section Volume 1 Technical Response) be required to be physically on-site at TSA? If so, is this on-site at the Arlington location? Answer 9: The program manager is not required to be on-site at TSA. A BPA does not guarantee work. ***Question 10: Is it possible for a teammate/subcontractor to disclose current/on-going work at TSA and DHS via a sealed package directed to the Contracting Officer? Will this count against our technical proposal page count? Answer 10: Yes, past performance references may be submitted via sealed package. That information will not count towards the page limitation. The past performance information must be received by the RFP closing date and time to be considered.
 
Place of Performance
Address: Transportation Security Administration, 701/601 South 12th Street, Arlington, VA
Zip Code: 22202
Country: UNITED STATES
 
Record
SN01229279-W 20070211/070209220426 (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.