Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

R -- Professional and Management Support Service Employees - Amendment 2

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA10R0248-PM
 
Archive Date
8/14/2010
 
Point of Contact
JoAnn B Carroll, Fax: 703-875-6006
 
E-Mail Address
carrolljb@state.gov
(carrolljb@state.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Updated Attachment D Amendment # 2 incorporates the updated Attachment D, Past Performance Survey. This survey replaces the original Attachment D within the Solicitation. ALL COMPLETED SURVEYS SHOULD BE DIRECTED VIA E-MAIL TO MS. JOANN B. CARROLL AT CARROLLJB@STATE.GOV All other terms and conditions of this solicitation remain unchanged. QUESTION TO THE SOLICITATION: Question: Your attention is invited to Para B.3 which identifies the contract's maximum amount of $85M. Amendment 1, attachment A, lists the incumbent FTE total of 250 personnel. If all 250 FTEs are applied against the very lowest labor category (GS-12 Step 1), unburdened, the total cost unburdened equates to $84M. this estimate is nearly at the contract ceiling before any ODCs or labor buildup are applied. Please clarify this maximum contract figure? ANSWER: In accordance with the solicitation and to further clarify, the Government Ceiling is $85,000,000.00. Changes to the Solicitation: Please incorporate Amendment 1 as the UPDATED Attachment A. Please disregard Solicitation 2. All other attached documents remain unchanged. ***Phone calls will not be accepted, questions must be submitted in accordance with Section L of the solicitation.******** NOTICE OF CHANGE: Reference the pre-solicitation notice below, the solicitation will be posted on or about June 11, 2010 and is hereby changed to read from May 20, 2010. THERE ARE NO OTHER CHANGES. Pre-solicitation Notice for the Office of the Secretary (S) and the Offices under the Secretary, for Professional and Management Support Service Employees Notice Type: Pre-solicitation Set Aside: Service-Disabled Veteran-Owned Small Business Set-Aside Classification Code: R—Professional, administrative, and management support services NAICS Code: 541 – Professional, Scientific, and Technical Services/541611 – Administrative Management and General Management Consulting Services THIS NOTICE IS PROVIDED FOR PLANNING AND INFORMATION PURPOSES ONLY. WORK WILL BE PERFORMED BOTH DOMESTICALLY AND OVERSEAS. The Department of State, Office of the Secretary (S) and the Bureaus under the Secretary, such as Chief of Protocol (S/CPR), Executive Secretariat (S/ES), Office of Civil Rights (S/OCR), Office of Global women’s Issues (S/GWI), Office of the Coordinator for Counterterrorism (S/CT), Office of the Coordinator for Reconstruction & Stabilization (S/CRS), Office of the Ombudsman for Civil Service Employees (S/CSO), Office of the U.S. Global Aids Coordinator (S/GAC), Office of War Crimes Issues (S/WCI), Policy Planning Staff (S/P), S-InfoNet, Secretary’s Open Forum (OF), and Special Representative to Muslim Communities, and others offices not listed, has a requirement for a contract to provide professional and management support service employees, as defined in 29 CFR 541. This contract will replace one segment of a similar Department of State contract currently held by PRO-telligent, LLC that expires on July 31, 2010. The following objectives and activities will need to be fulfilled during contract performance: Objective 1 – Provide professional and management support service employees, as defined in 29 CFR 541, to meet the performance objectives and business requirements of the Department of State (DoS) Office of the Secretary and the offices under (S) listed above. Anticipated services include, but are not limited to, the following activities: a. Maintain program continuity, uninterrupted high-quality work, and availability of required competent professional and management support service employees; b. Obtain existing and future qualified professional service employees to meet the mission objectives of (S) and the offices under (S); c. Provide a compensation package that attracts and retains competent professional and management support service employees; d. Meet the travel requirements established for the individual professional and management support service employees; and e. Provide customers with a positive experience by maintaining a professional and efficient workforce. Objective 2 – Provide professional and management support service employees, as defined in 29 CFR 541, with the personnel security clearances needed to meet the performance objectives and business requirements of the DoS Office of the Secretary (S) and the offices under (S). The pre-solicitation notice is not a Request for Proposal (RFP), but merely informational, as a solicitation for this procurement will be posted on or about May 20, 2010. The proposed solicitation number will be SAQMMA10R0248. THIS ACQUISITION WILL BE CONDUCTED AS A 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE COMPETITIVE PROCUREMENT USING FEDERAL ACQUISITION REGULATION (FAR) PART 15 PROCEDURES. Offers from other than Service-Disabled Veteran-Owned Small Businesses will not be considered. The NAICS code for this requirement is 541611 with a size standard of $7.0 million. The solicitation will be evaluated in accordance with the criteria described in the solicitation. The Government contemplates awarding one (1) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to the responsive and responsible offeror whose offer conforms to the requirements of the Request for Proposal (RFP) and is evaluated as being the most advantageous to the Government, cost or price and other factors considered. Award will be made based upon the best value to the Government. The estimated value of the Professional and Management Support Service Employees Contract is $85M. The period of performance is anticipated to be sixty (60) months and will include a base period and option years. A Department of Defense (DoD) Top Secret facility security clearance (FCL) issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M is required prior to contract award for the Professional Employee Services contractor. Central Contractor Registration (CCR) is required to receive any award. All contractors are required to be registered in the Central Contractor Registration (CCR) database. If your company is not registered in the CCR, you may register electronically at http://www.ccr.gov. Online Representations and Certifications Application (ORCA) is also required and Contractors can register at https://orca.bpn.gov. Potential offerors MUST register at FedBizOpps (www.fbo.gov) in order to receive notifications and/or changes to the solicitation. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. All questions concerning this competition must be directed in writing via email to carrolljb@state.gov. No questions or inquiries regarding this pre-solicitation will be accepted by telephone or fax. The distribution of the resulting solicitation will be accomplished solely through the FedBizOpps website http://www.fbo.gov/. Hard copies of the solicitation documents will not be available. Therefore, no written, telephone or facsimile requests for the documents will be accepted. The FedBizOpps site provides downloading instructions. All future information about this acquisition, including the solicitation and its amendments, will be distributed solely through the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website to assure they have the most up-to-date information about this acquisition
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0248-PM/listing.html)
 
Place of Performance
Address: US Department of State, Mettropolitan Area, Washington, District of Columbia, 20001-0900, United States
Zip Code: 20001-0900
 
Record
SN02201145-W 20100711/100709235222-6656fec0b701444e6477deca1198ce2b (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.