Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
MODIFICATION

R -- Administrative Services Support

Notice Date
7/6/2007
 
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
00000
 
Solicitation Number
HSHQDC-07-Q-00249
 
Response Due
7/10/2007
 
Archive Date
7/25/2007
 
Point of Contact
Bernard Salter, Jr., Contracting Officer, Phone 202-447-5591, Fax 202-447-5545, - E. Darlene Bullock, Contracting Officer, Associate Director, Phone 202-447-5543, Fax 202-447-5545,
 
E-Mail Address
bernard.salter@dhs.gov, Darlene.Bullock@dhs.gov
 
Small Business Set-Aside
8a Competitive
 
Description
This solicitation is hereby amended to incorporate the following questions/responses: Question 1: What is the number of hours per work day to be included in the pricing of this requirement; [should it be 8 hours a day; 9 hours a day including (1) paid thirty minute break and two (2) fifteen minute breaks; the hours of operation between 7.30 am ? 6.00 pm can also be interpreted as a 10.5 hour work day including breaks; Are the lunch breaks and two other breaks part of the 8 hours pay per day or are they in addition to the 8 hours per day. Does the contractor have to pay an employee 9 hours per day including the paid breaks?] Government Response: Pricing for this requirement should be based upon an 8-hour work day. Contractor personnel will be utilized on a full-time basis. Hourly rates should be fully loaded to include lunch and break periods. Please note that the 7:30am - 6:00pm timeframe is being provided as a range of time in which Contractor personnel will work those 8 hours. Personnel are not expected to actually work from 7:30am to 6:00pm. Question 2: Do the personnel?s resumes count within those 15 pages? Government Response: Per the Combined Synopsis/Solicitation, resumes are not required, as there are no ?Key Personnel? required for this effort. Any information provided to address ?staffing? will be subject to the 15 page limitation designated for the technical quote. Question 3: Since this procurement is being re-competed under RFQ # 249, why was the original procurement was cancelled? Government Response: At the Government?s discretion, an affirmative decision was made to revisit this requirement. Question 4: Section O says that offerors must submit a completed copy of their Representations and Certifications (Reps & Certs) with the quote. Are the pages for the Reps & Certs included in the 15-page limitation for the Technical and Management Plan? Government Response: No. Please refer to Federal Acquisition Regulation (FAR) clause 52.212-3, in Section O, for specific requirements. Question 5: The labor-mix is anticipated as 5 positions varying from 2-Secretary V to 1-Secretary II, the hours of operation are from 7:00 a.m. to 6:30 p.m. Do the 5 positions reflect 5 full-time equivalents (working 8 hours each day)? Government Response: Yes Question 6: Does DHS have the capability to process contactor invoices using the Wide-Area Workflow (WAWR-RA)? Government Response: No Question 7: Can DHS provide Wage Determination 05-2103 Rev 3, effective 05/29/2007. The DOL web-site has not posted the WD and states that it will be posted sometime after July 3rd and NO specific date is provided. Government Response: Wage Determination 05-2103 Rev 3 was made effective 05/29/2007 and posted 06/06/2007. Please refer to http://www.dol.gov. Question 8: Paragraph P of the solicitation states the technical quote submission shall be limited to 15 one-sided pages and the past performance section shall be limited to 2 one-sided pages. Are the 2 past performance pages inclusive of the 15-pages? Government Response: Yes Question 9: Is the incumbent, GAP Solutions, eligible to compete for this procurement as the prime contractor? Government Response: The incumbent is Gap Solutions Inc. The Government will not facilitate a response to this question. Question 10: How many years has GAP Solutions Inc. been the incumbent for this effort? Government Response: The incumbent is Gap Solutions Inc. This information may be requested via DHS Freedom of Information Act (FOIA) office. All other terms and conditions remain unchanged.
 
Place of Performance
Address: Department of Homeland Security (DHS) Headquarters 301 7th and D Streets, SW, Washington D.C.
Zip Code: 20407
Country: UNITED STATES
 
Record
SN01335785-W 20070708/070706220321 (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.