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
5/1/2007
 
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 0003 HSHQDC-07-Q-00157 May 2, 2007 This solicitation is amended as follows: A. Clause 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns, which was included in the original combined solicitation/synopsis, is expanded to add Alternate I (APR 2005): (3) The offeror's approved business plan is on the file and serviced by: District Office: Washington Metropolitan Area District Office 740 15th Street NW, Suite 300 Washington, D.C. 20005-3544 Phone: (202) 272-0345 and/or Regional Office: Robert N C Nix Sr., Federal Building 900 Market Street 5th Floor Philadelphia, PA 19107 (215) 580-2807 B. Delete the requirement that the 8(a) concern 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 refer to FAR Clause 52.219-18, Alternate I. ormation. 1.2 ADDITIONAL INFORMATION FOR CLASSIFIED CONTRACTS: Performance of this contract requires the Contractor to gain access to classified National Security Information (includes documents and material). Classified information is Government information which requires protection in accordance with Executive Order 12958, National Security Information (NSI) as amended and supplemental directives. The Contractor shall abide by the requirements set forth in the DD Form 254, Contract Security Classification Specification, an attachment to the contract, and the National Industrial Security Program Operating Manual (NISPOM) for protection of classified information at its cleared facility, if applicable, as directed by the Defense Security Service. If the Contractor is required to have access to classified information at a DHS or other Government Facility, it shall abide by the requirements set forth by the agency. 1.3 GENERAL REQUIREMENT: The Contractor shall ensure these instructions are expressly incorporated into any and all subcontracts or subordinate agreements issued in support of this contract. 2. CONTRACTOR PERSONNEL 2.1 EMPLOYMENT ELIGIBILITY To comply with the requirements HSAR Clause 3052.204-71, and Department policy, the contractor must complete the following forms for applicable personnel who will be performing work under this contract as indicated: ? Standard Form (SF) 85P, ?Questionnaire for Public Trust Positions? ? FD-258 fingerprint cards ? DHS Form 11000-6, ?Conditional Access to Sensitive But Unclassified Information Non-Disclosure Agreement?. Required of all applicable contractor personnel. ? DHS Form 11000-9, ?Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act (FCRA)? 2.2 CONTINUED ELIGIBILITY The Contracting Officer may require the contractor to prohibit individuals from working on contracts if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. 2.3 TERMINATION The DHS Security Office shall be notified of all terminations/resignations within five (5) days of occurrence. The Contractor shall return to the Contracting Officer Technical Representative (COTR) all DHS issued identification cards and building passes that have either expired or have been collected from terminated employees. If an identification card or building pass is not available to be returned, a report shall be submitted to the COTR, referencing the pass or card number, name of individual to who it was issued and the last known location and disposition of the pass or card. 3.0 SUITABILITY DETERMINATION DHS may, as it deems appropriate, authorize and grant a favorable entry on duty (EOD) decision based on preliminary suitability checks. The favorable EOD decision would allow the employees to commence work temporarily prior to the completion of the full investigation. The granting of a favorable EOD decision shall not be considered as assurance that a full employment suitability authorization will follow. A favorable EOD decision or a full employment suitability determination shall in no way prevent, preclude, or bar DHS from withdrawing or terminating access government facilities or information, at any time during the term of the contract. No employee of the Contractor shall be allowed unescorted access to a Government facility without a favorable EOD decision or suitability determination by the Security Office. Contract employees waiting for an EOD decision may begin work on the contract provided they do not access sensitive Government information. Limited access to Government buildings is allowable prior to the EOD decision if the Contractor is escorted by a Government employee. This limited access is to allow Contractors to attend briefings, non-recurring meetings and begin transition work. 4.0 BACKGROUND INVESTIGATIONS Contract employees (to include applicants, temporaries, part-time and replacement employees) under the contract, requiring access to sensitive information, shall undergo a position sensitivity analysis based on the duties each individual will perform on the contract. The results of the position sensitivity analysis shall identify the appropriate background investigation to be conducted. All background investigations will be processed through the DHS Security Office. Prospective Contractor employees shall submit the following completed forms to the DHS Security Office. The Standard Form 85P will be completed electronically, through the Office of Personnel Management?s e-QIP SYSTEM. The completed forms must be given to the DHS Security Office no less than thirty (30) days before the start date of the contract or thirty (30) days prior to entry on duty of any employees, whether a replacement, addition, subcontractor employee, or vendor: a. Standard Form 85P, ?Questionnaire for Public Trust Positions? b. FD Form 258, ?Fingerprint Card? (2 copies) c. DHS Form 11000-6 ?Conditional Access To Sensitive But Unclassified Information Non-Disclosure Agreement? d. DHS Form 11000-9, ?Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act? Only complete packages will be accepted by the DHS Security Office. Specific instructions on submission of packages will be provided upon award of the contract. Be advised that unless an applicant requiring access to sensitive information has resided in the US for three of the past five years, the Government may not be able to complete a satisfactory background investigation. Non-U.S. citizens shall not be authorized to access or assist in the development, operation, management or maintenance of Department IT systems under the contract, unless a waiver has been granted by the Head of the Component or designee, with the concurrence of both the Department?s Chief Security Officer (CSO) and the Chief Information Officer (CIO) or their designees. Within DHS Headquarters, the waiver may be granted only with the approval of both the CSO and the CIO or their designees. In order for a waiver to be granted: (1) The individual must be a legal permanent resident of the U. S. or a citizen of Ireland, Israel, the Republic of the Philippines, or any nation on the Allied Nations List maintained by the Department of State; (2) There must be a compelling reason for using this individual as opposed to a U. S. citizen; and (3) The waiver must be in the best interest of the Government. 4.1 ALTERNATIVE CITIZENSHIP REQUIREMENTS FOR NON-IT CONTRACTS For non-Classified or non-IT contracts the above citizenship provision shall be replaced with the citizenship provision below: Each individual employed under the contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by a Permanent Resident Card (USCIS I-55 1). Any exceptions must be approved by the Department?s Chief Security Officer or designee. 5.0 INFORMATION TECHOLOGY SECURITY CLEARANCE When sensitive government information is processed on Department telecommunications and automated information systems, the Contractor shall provide for the administrative control of sensitive data being processed. Contractor personnel must have favorably adjudicated background investigations commensurate with the defined sensitivity level. Contractors who fail to comply with Department security policy are subject to having their access to Department IT systems and facilities terminated, whether or not the failure results in criminal prosecution. Any person who improperly discloses sensitive information is subject to criminal and civil penalties and sanctions under a variety of laws (e.g., Privacy Act). Contractor access will be terminated for unauthorized use. The contractor agrees to hold and save DHS harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use or access. 6.0 INFORMATION TECHNOLOGY SECURITY TRAINING AND OVERSIGHT Before receiving access to IT resources under this contract the individual must receive a security briefing, which the Contracting Officer?s Technical Representative (COTR) will arrange, and complete any nondisclosure agreement furnished by DHS. Question 6: Will the technical and management section of responses to this RFQ include the cover page and table of contents? Government Response: Yes. Question 7: The combined synopsis/solicitation 01 states that the technical and management plan shall also include the firm?s contingency and continuity of operations plans in the event of natural or manmade disasters that may disrupt service capabilities. Would the government please provide clarification of their expectation? Government Response: The Government requests all quoters to provide information regarding the firms contingency plan to provide personnel in the event of a natural or manmade disaster. A full blow continuity of operation plan (COOP) is not required. Question 8: Is the government?s interest from the point of view that the contractor personnel under this contract are considered ?Key Personnel? providing critical services? Please clarify. Government Response: The contractor personnel are not considered key personnel but the government reserves the right to review resumes prior to individuals being placed at the government location. Question 9: The following observation in made in regard to the incorporated WD: The new wage determination dated November 7, 2006 2005-2103 Rev 2 eliminated the Secretary Level IV and V categories. A new position of Admin Asst #?01020 equates to the old Secretary IV category. The Level V position would have to be conformed by DOL. Government Response: The Secretary IV/V labor categories are renamed to reflect the current Wage Determination. The Secretary IV/V categories are now to be referred to as Administrative Assistants. Question 10: Is it necessary to submit candidate resumes for each of the Secretary I-V? Government Response: No. See Question 8. Question 11: The combined synopsis/solicitation references HSAR Clause 3052.237-70, QUALIFICATIONS OF CONTRACTOR EMPLOYEES, however, the HSAR indicates that the clause has been removed. Please advise. Government Response: Delete HSAR Clause 3052.237-70 from the solicitation. Question/Request 12: Is there a page-limit on ?Past Performance? information for this RFQ? Government Response: There is a 2 page maximum for Past Performance. Question/Request 13: Will this contract be administered as a Firm-Fixed Type contract or a Time & Material/Labor-Hour Type contract. Government Response: This contract will be awarded as a Labor-Hour type contract. Question 14: What hours of operation are anticipated for this effort? Government Response: Contractor personnel are expected to work 8 hour days. The hours of operation are from 7:30am ? 6:00pm. Question 15: Can DHS provide the wage determination referenced for this opportunity? Government Response: The Department of Labor Wage Determination No: 052103 may be viewed in detail at http://www.dol.gov. Question 16: Can responders to this RFQ submit relevant past performance from a subcontractor. Will past performance from non-DHS federal agency be considered ?relevant?? Government Response: Yes. Relevance does not involve the Agency where services were performed but the actual services provided. Question 17: Are incumbent personnel currently in place? Government Response: Yes. Question 18: Can DHS provide its Freedom of Information Act (FOIA) Office contact information? Government Response: The FOIA contact information can be found at the following link: http://www.dhs.gov/xfoia/editorial_0316.shtm Question 19: DHS instructs that ?Participants shall include... provision at 52.212-3, OFFEROR REPRESENTATIONS? which states that offerors should fill out paragraph (k). If a firm has completed its annual representation and certifications through http://orca.bpn.gov.and their ORCA record is up-to-date, may this section be omitted from the quote? Government Response: No, do not omit this form. If no changes have been made to your annual certification, please indicate in the paragraph that the request does not apply. The completed form is also not included in the 10 page response. Question 20: Can DHS provide some feedback concerning the customer?s assessment of the incumbent?s performance on any previous contract effected for the requirement? Government Response: No. Question 21: Can DHS confirm whether or not the requested positions are subject to the Service Contract Act (SCA) requirements as indicated by the inclusion of LWD- 05-2103. Government Response: The positions are subject to the Service Contract Act. Question 22: Does the technical quote have to be submitted at the same time as the price quote? Government Response: Yes. Question 23: Is the current incumbent eligible to submit a response to this RFQ? Government Response: The incumbent is GAP Solutions which is an 8(a) firm. Question 24: Would DHS consider opening the requirement up to other types of small-business concerns? Government Response: No. Question 25: Can any existing Government cost estimates or budget information for this requirement be made available? Government Response: No. Question 26: In the RFQ Secretary positions (II-V) are referenced for the labor-mix. Is there a requirement for a Secretary I? Government Response: Yes. Question 27: Are there any Collective Bargaining Agreements in place? If so, can you please provide a copy? Government Response: No, there is no Collective Bargaining Agreement in place. Question 28: Item L. notes that employees will not be reimbursed for travel; what are the travel requirements? Government Response: Item L was in reference to local travel. The Government will not reimburse contractor personnel for local travel within the Washington, D.C. metropolitan area. Question 29: Item F notes the Government will provide training; is this initial training for all employees? Are there any annual training requirements? How many training hours are required? Government Response: The Government will train the Contractor's employees in the DHS specific requirements of the Chief Financial Officer. There are no annual training requirements. Question 30: Are there any software licensing and/or equipment requirements necessary that are not listed in the solicitation? Government Response: No. Question 31: Is it possible to contact incumbent employees to verify compensation and fringe benefits? Government Response: The incumbent contractor is GAP Solutions. The Government will not facilitate a response to this question. Question 32: For pricing purposes, are all staff utilized on a full-time basis, using the 1920 or 1960 structure for a billable staff year? Government Response: Contractor Personnel are utilized on a full-time basis. Question 33: What is the longevity of current personnel? As you are aware, under SCA, successor contractors are liable for all vested vacation hours of employees working under a predecessor SCA contract. Government Response: The incumbent contractor is GAP Solutions. The Government will not facilitate a response to this question. Question 34: What is the format for responses? Government Response: The font shall be no smaller than Arial 11 with 1 inch margins. All responses shall be submitted in MS Word. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-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
SN01299959-F 20070523/070522001234 (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.