Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
MODIFICATION

R -- Administrative Services Support

Notice Date
5/2/2007
 
Notice Type
Modification
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528, UNITED STATES
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-07-Q-00157
 
Response Due
5/4/2007
 
Point of Contact
Bernard Salter, Jr., Contracting Officer, Phone 202-447-5591, Fax 202-447-5545,
 
E-Mail Address
bernard.salter@dhs.gov
 
Small Business Set-Aside
8a Competitive
 
Description
Amendment 0002 HSHQDC-07-Q-00157 May 1, 2007 This solicitation is amended as follows: A. All quoters submitting responses to this solicitation must have corporate offices within fifty (50) miles of the Department of Homeland Security, Office of the Chief Financial Officer, 7th & D Streets, SW, Washington, D.C. All quoters must include the address of this corporate office in their response. B. All quotes must be submitted via e-mail to E. Darlene Bullock at Darlene.Bullock@dhs.gov. DO NOT SUBMIT QUOTES TO Mr. Bernard Salter. The time and date for submission has not changed. C. The following questions and answers have been incorporated into this solicitation: Question 1: What is the difference between Secretary V and Secretary IV? Government Response: This amendment changes the years of relevant experience of the Secretary V to a minimum of 5 years. Question 2: Please clarify the following statement. ?The Contractor is required to provide at a minimum one (1) paid thirty - minute lunch break and two (2) fifteen minute breaks. The cost of these breaks should be factored in the contractor?s hourly rate.? Government Response: Hourly rates should be fully loaded and include lunch and break periods for contractor personnel. Question 3: When does the Government expect work for this requirement to begin? Government Response: Performance for this requirement is estimated to begin June 1, 2007. Question 4: Is this contract a new requirement or an extension of an existing? Government Response: This solicitation effort is a re-compete an existing requirement. Question 5: Please provide the security requirements for this effort. Government Response: Security requirements are as follows. 1. GENERAL Department of Homeland Security Acquisition Regulation (HSAR) clause 3052.204-71 requires that contractor personnel requiring unescorted access to government facilities, access to sensitive information, or access to government information technology (IT) resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract. Department of Homeland Security (DHS) policy requires a favorably adjudicated background investigation prior to commencing work on this contract for all contractor personnel who require recurring access to government facilities or access to sensitive information, or access to government IT resources. Contractor employees will be given a suitability determination unless this requirement is waived under Departmental procedures. Requirements for suitability determination are defined in paragraph 3.0. 1.1 SECURITY REQUIREMENTS FOR FEDERAL ACQUISITION REGULATIONS (FAR) Contractors will be required to follow Section 52.204-2 (Security Clause Requirements) of the Federal Acquisition Regulations (FAR), which states: (a) This clause applies to the extent that this contract involves access to information classified ?Confidential,? ?Secret,? or ?Top Secret.? (b) The Contractor shall comply with? (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DOD 5220.22-M); and (2) Any revisions to that manual, notice of which has been furnished to the Contractor. (c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. (d) The Contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified inf NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-MAY-2007, 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/DHS/OCPO/DHS-OCPO/HSHQDC-07-Q-00157/listing.html)
 
Place of Performance
Address: Department of Homeland Security (DHS) Headquarters 301 7th & D Streets, SW, Washington, D.C.
Zip Code: 20407
Country: UNITED STATES
 
Record
SN01299958-F 20070523/070522001233 (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.