Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
MODIFICATION

R -- TABSS (Technical, Acquisition and Business Support Services) - Map to Loading Dock - Amendment 7

Notice Date
2/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-10-R-TABS00
 
Response Due
1/31/2011 3:00:00 PM
 
Point of Contact
TABSS Email Account,
 
E-Mail Address
TABSS@USCG.MIL
(TABSS@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
TABSS - Amendment 7 - Amended TABSS RFP TABSS - Amendment 7 Map to Loading Dock UPDATE 19 (25 February 2011) The purpose of this update is to provide Amendment 7 and an amended RFP. For additional information, please see below: (1) The only area amended in the RFP is the hand delivery instructions in Section L-4. Due to the expected high volume of proposals, offerors hand delivering their proposals need to use the loading dock on the T Street Southwest (SW) side of the Jemal Building. Upon arrival at the loading dock area, offerors should go through the brown gate and climb the stairs to enter the building at the loading dock guard desk. Please see the attached map for further information; note that this map is not a part of Amendment 7. Please also note that the delivery building and address (1900 Half Street SW, Washington, D.C., 20593) are the same as before; only the proposal reception area is being changed. (2) To reiterate, all proposals are due by 3 PM Eastern Standard Time (EST) on Wednesday, March 2nd, 2011. All offerors planning to hand deliver proposals before Wednesday, March 2nd, are encouraged to coordinate their proposal deliveries with Nathan Dolezal or with Katherine Powers to ensure proper proposal reception. This coordination can be done via email to Nate.Dolezal@uscg.mil or Katherine.Powers@uscg.mil. All offerors planning to hand deliver their proposals on Wednesday, March 2nd, are encouraged to plan accordingly due to the aforementioned proposal volume and limited parking at the Jemal Building. (3) After the government receives the offeror's package, the government will provide a receipt of confirmation. This receipt is provisional pending the package successfully passing the government screening process. Any offeror who has not received a confirmation receipt or is not in line at the loading dock of the Jemal Building by 3 PM EST will have their proposal considered late. Thank you for your time and your support of the TABSS procurement. UPDATE 18 (17 February 2011) The purpose this update is to provide Amendment 6 and three amended RFP attachments. These documents are located in the lower-right hand side of this page. As described in Amendment 6, the three attachments have been amended as follows: 1.) Attachment 3B - A formula error has been fixed. The version of Attachment 3B attached to this amendment shall be used by offerors submitting Domain 2 proposals. 2.) Attachment 4 - Typographical errors have been fixed. 3.) Attachment 10 - References have been corrected. The RFP and all other RFP attachments are unchanged. Thank you for your time and your support of the TABSS procurement. UPDATE 17 (11 February 2011) The purpose of this update is to provide the TABSS Q+A Addendum Matrix. It is located in the lower-right hand side of this page. The Q+A Addendum Matrix has two parts. The first part consists of questions that were received before the TABSS question due date but were accidentally left off of the original TABSS Q+A Matrix. The second part consists of clarifications regarding certain questions from the original TABSS Q+A Matrix. The government will accept no further questions. Neither the TABSS Q+A Matrix nor the Q+A Addendum Matrix will be updated in the future. In the event of a discrepancy between either matrix and the amended RFP, the amended RFP governs. Neither the TABSS Q+A Matrix nor the Q+A Addendum Matrix are included in any of the TABSS amendments. They are provided as guidance to offerors. Thank you for your time and your support of the TABSS procurement. UPDATE 16 (10 February 2011) The purpose of this update is to provide the amended RFP and RFP attachments. Of particular note is the amended Attachment 10, "Labor Category Descriptions and Qualifications Matrix," along with the new Attachment 11, "Annual Small Business Subcontracting Compliance Report." Two copies of the RFP are being provided, an "informational" copy with highlighting and a "conformed" copy without highlighting. In the informational copy, all new changes to the RFP have been highlighted in turquoise. Changes made via Amendment 4 are highlighted in yellow. The content of the two RFPs (both informational and conformed) is identical. Please use the conformed copy in the future. Attachments that have been changed since Amendment 4 are updated per the descriptions on the Standard Form 30 in Amendment 5. Any attachment not mentioned in the Standard Form 30 in Amendment 5 is unchanged. However, all attachments are included with this update for offerors' reference. Regarding the amended RFP, to reiterate: (1) Paper copies of proposals are required. Please see Sections L-5 and L-6 of the amended RFP for more information. (2) Labor category descriptions are provided in the amended Attachment 10. Offerors should meet those stated requirements (3) For offerors' acknowledgement of amendments, please see Section L-8 of the RFP. (4) Evaluation Factor 3, "Socio-economic Considerations," has been significantly amended. Please see Sections L and M of the RFP for more information. (5) For the $250 contractual minimum, this amount will be obligated to each contract at the time of award. It will not be provided as consideration for the contractor's requirement to attend the post-award conference. Travel expenses for post-award conferences are the responsibility of the contractor. (6) The proposal due date is extended until 3 PM Eastern Standard Time on 03/02/2011. With regard to the TABSS email box, it is sporadically experiencing technical difficulties; the government is working to resolve the issue. Offerors should advise all their references to continue sending their past performance questionnaires to TABSS@uscg.mil, but references may also copy Nathan Dolezal (nate.dolezal@uscg.mil) and Katherine Powers (Katherine.Powers@uscg.mil) on emails containing completed questionnaires. Thank you for your time and your support of the TABSS procurement. UPDATE 15 (27 January 2011) The purpose of this update is to release Amendment 4. Please review Amendment 4, the amended RFP, and the amended RFP attachments in the lower-right hand corner of this webpage. A future amendment providing labor category descriptions is forthcoming. Please continue to check this page for updates. Thank you for your support of the TABSS procurement. UPDATE 14 (27 January 2011) The purpose of this update is to release the TABSS solicitation questions-and-answers matrix. Please see the Excel file titled "TABSS Q+A Matrix" in the lower-right hand corner of this webpage. Amendment 4 will be released soon. It will contain the amended TABSS RFP and amended TABSS RFP attachments. It will also contain a solicitation due date extension. Thank you for your support of the TABSS procurement. UPDATE 13 (21 January 2011) The purpose of this update is to clarify that Amendment 3 was posted today. There is not currently an Amendment 4. Please see Amendment 3 in the lower-right hand corner of this webpage. Thank you for your support of the TABSS procurement. UPDATE 12 (21 January 2011) The purpose of this update is to extend the solicitation due date for proposals to 3 PM Eastern Standard Time on Monday, February 21st, 2011. Please see Amendment 3 in the lower-right hand corner of this webpage. The questions-and-answers matrix will be posted soon. Thank you for your support of the TABSS procurement. UPDATE 11 (13 January 2011) The purpose of this update is to clarify the attachments to Update 10. There is not currently an Amendment 3. There are two documents for Amendment 2, both of which are attached to this notice for clarification. These documents are in the lower right-hand corner of this webpage. Thank you for your support of the TABSS procurement. UPDATE 10 (13 January 2011) The purpose of this update is to provide amendment two (2) to the TABSS solicitation. Please review the amendment and the amended Attachment 5. They are in the lower right-hand corner of this webpage. The RFP and all other RFP attachments are unchanged. Please note that the only Attachment 5 that should be used is the one attached to this update (dated 13 January 2011). If an offeror has already sent out past performance questionnaires, please rescind them and use the new past performance questionnaire attached to this update. We apologize for any inconvenience. The questions-and-answers matrix is expected to be posted within the next two weeks. At that time an extension of the solicitation due date will be considered. Please continue to check this webpage for all communications. Thank you for your support of the TABSS procurement. UPDATE 9 (17 December 2010) The purpose of this update is to provide amendment one (1) to the TABSS solicitation. Please review the amendment, the amended RFP, and the amended Attachment 3 spreadsheets. They are in the lower right-hand corner of this webpage. All other RFP attachments are unchanged, but are posted along with this update for offeror's convenience. Please note that the only RFP and RFP attachments that should be used now are those attached to this update (dated 17 December 2010). Do not use the draft RFP or its attachments (dated 27 May 2010) or the older RFP and its attachments (dated 3 December 2010) The questions-and-answers matrix is expected to be posted in early January. Please continue to check this webpage for all communications. Thank you for your support of the TABSS procurement. UPDATE 8 (03 December 2010) The purpose of this update is to release the TABSS RFP and its related attachments. Please note that while the TABSS FedBizOpps page has the solicitation number as HSCG23-10-R-TABS00, the actual solicitation number as noted in the RFP is HSCG23-11-R-TABS00. The TABSS RFP and its attachments can be found in the bottom of the right-hand corner of this page. All questions-and-answers relating to the TABSS RFP are due by Friday, December 17th, 2010, at 3 PM Eastern Standard Time. All questions should be emailed to TABSS@uscg.mil. All proposals are due by Monday, January 31st, 2011, at 3 PM Eastern Standard Time. Thank you for your patience and your support of the TABSS procurement. UPDATE 7 (04 November 2010) The purpose of this pre-solicitation update is inform potential offerors that the anticipated TABSS solicitation release date has been revised to mid to late November 2010. Please continue to email all questions to TABSS@uscg.mil. Thank you. UPDATE 6 (28 September 2010) The purpose of this update is to provide the TABSS pre-solicitation questions and answers. The questions and answers are in an Excel file labeled "TABSS - Pre-Solicitation Questions and Answers." This file can be found at the bottom of the right-hand column on this page. Please email all questions and concerns to TABSS@uscg.mil. Thank you. UPDATE 5 (10 September 2010) The purpose of this update is to provide additional information related to key TABSS documents. Responses to the draft RFP questions and answers will be posted in the coming weeks; the anticipated release date is late September. The final TABSS RFP has an anticipated release date of mid- to late October. Thank you for your patience. Please send all future questions and concerns to the TABSS@uscg.mil email address. UPDATE 4 (22 July 2010): The purpose of the update is to provide the TABSS Pre-Solicitation Conference presentation in Adobe Acrobat format because some contractors are not able to view the presentation in the previously-posted Power Point format. UPDATE 3 (21 July 2010): The purpose of this update is the following: (1) Provide the audio recording, transcript, Power Point presentation and list of attendees from the TABSS Pre-Solicitation Conference. Video from the conference is not able to be posted due to technical difficulties. (2) Notify contractors the Government is in the process of answering questions received in response to the draft RFP and will post those answers once finalized. (3) Notify contractors the current estimated final RFP release timeframe is late August, vice the date stated in the Pre-Solicitation Conference Power Point presentation. UPDATE 2 (10 June 2010): The purpose of this update is the following: (1) Provide instructions for attending the Live Webcast of the morning session of the TABSS Pre-Solicitation Conference - which will occur 15 June 2010, 8:30am through 10:30am - via the attached document entitled "Live Webcast Instructions". (2) Provide an agenda for each of the two Pre-Solicitation Conference sessions via the attached document entitled "Agenda - TABSS Pre-Solicitation Conference". (3) Notify contractors that the Government intends to post a list of all conference attendees to this synopsis webpage after the conclusion of the conference. The information on this list will be limited to individual names, company names and email addresses for each attendee. UPDATE 1 (27 May 2010): The purpose of this update is to (1) announce the scheduling of the Pre-Solicitation Conference and provide details related thereto and (2) provide the draft Request for Proposals (RFP) for industry comment. The presolicitation conference for this acquisition is scheduled for 15 June 2010 at 7th and D St SW, Washington, DC. Due to security considerations, the deadline for registering for this conference is 03 June 2010. The attached file entitled "Frequently Asked Questions - TABSS Pre-Solicitation Conference" contains registration, location, and other details. The draft RFP and its corresponding attachments are included in this updated announcement. The Government is soliciting industry input to inform its development of the final RFP. Accordingly, please submit questions and comments related to the draft RFP no later than 08 June 2010, 5:00 PM EDT. To the maximum extent possible, these questions and comments will be addressed at the Pre-Solicitation Conference. ORIGINAL SYNOPSIS: The primary goal of this acquisition is to establish a Department-Wide Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Contract vehicle for the Department of Homeland Security (DHS) to provide technical, acquisition, and business support services. The acquisition and resulting multiple award contracts will be collectively referred to as TABSS (Technical, Acquisition and Business Support Services). The United States Coast Guard (USCG) is conducting this department-wide acquisition with on behalf of DHS and all of its components. Use of this contract vehicle will be limited to all DHS components. The technical, acquisition and business support services to be acquired can be categorized into three domains: (1) Program Management, Engineering and Technology Support Services, (2) Business, Financial Management and Audit Support Services and (3) Contract Management Support Services. These domains comprise the professional services necessary to support a wide-range of Departmental requirements, to include DHS component organizations as well as those more specific in meeting the programmatic needs of the United States Coast Guard Acquisition Directorate (CG-9). The objectives for this acquisition include: a) Providing a comprehensive range of support services for use throughout the DHS. b) Providing a continuous alignment between business strategy, business processes, and various management support services while simultaneously maintaining an acquisition approach based on flexibility and efficiency. c) Leveraging the DHS spend in acquiring essential support services in an effective, economical, and expedient manner consistent with the DHS mission through the use of this enterprise-wide contract. d) Promote and support DHS socio-economic goals and initiatives. This acquisition is intended to replace numerous disparate contracts at USCG, as well as 3 multiple-award Blanket Purchase Agreements (BPAs) awarded by the DHS Strategic Sourcing Program Office. Said multiple-award BPAs consist of those for Acquisition Support Services, Financial Management Support Services and Program Management Support Services, which are scheduled to expire between May and June 2011. TABSS will also serve in companion to the Program Management, Administrative, Clerical and Technical Services (PACTS) contract. Although PACTS may appear to provide similar services as the TABSS Program Management, Engineering and Technology Support Services domain, the PACTS services are more generalized in nature. Under the TABSS vehicle, program management services are intended to meet a full range of specialized Program, Business, and Acquisition support services across multiple domains ensuring business continuity and integration. In the case of requirements overlap for a specific task order, PACTS will remain DHS' preferred vehicle. This acquisition will utilize both unrestricted and small business set-aside award tracks. DHS intends to award a sufficient number of contracts to maintain effective competition in each of the domain tracks. There will be multiple unrestricted and Small Business award tracks, as shown below. The number of awardees per track will be determined later, and may not be uniform among tracks. 1. Program Management, Engineering and Technology Support Services Domain; Unrestricted Track 2. Program Management, Engineering and Technology Support Services Domain; Small Business Track 3. Program Management, Engineering and Technology Support Services Domain; preferred 8(a) Track 4. Business, Financial Management and Audit Support Services Domain; Unrestricted Track 5. Business, Financial Management and Audit Support Services Domain; Small Business Track 6. Business, Financial Management and Audit Support Services Domain; preferred SDV Track 7. Contract Management Support Services Domain; preferred 8(a) Track The resulting IDIQ contract will have an ordering period of five (5) years from award. A draft solicitation for this acquisition is currently planned to be released in May 2010. Interested parties will have 1-2 weeks to submit questions and comments related to this draft. These questions and comments will be addressed at an Industry Day/Pre-solicitation Conference in late May or early June 2010. DHS anticipates release of a final solicitation shortly following this event. Contractors will be provided sufficient time after solicitation relaserelease to develop and submit proposals. An email address has been established for this acquisition - TABSS@USCG.MIL. Due to the large number of parties interested in this acquisition, use of email communication (sent to this address) is strongly encouraged to ensure timely response to questions. This synopsis corresponds to Advance Acquisition Plan (AAP) 62889, which is posted on the DHS AAP website (https://www.fido.gov/dhs/aap/publicview.asp).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-R-TABS00/listing.html)
 
Record
SN02387706-W 20110227/110225234209-5df6806e87935860095c00f10a130d24 (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.