Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
MODIFICATION

F -- Questions and Answers

Notice Date
3/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
SRRPODUS Environmental Protection AgencySuperfund/RCRA Regional ProcurementOperations1200 Pennsylvania Ave, NWWashingtonDC20460USA
 
ZIP Code
00000
 
Solicitation Number
SOL-HQ-11-00014
 
Response Due
3/22/2012
 
Archive Date
4/21/2012
 
Point of Contact
Elaine M. Scott
 
E-Mail Address
jones.percy@epa.gov
(Scott.Elaine@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Decontamination Analytical Technical Services (DATS II) U.S. Environmental Protection Agency, SRRPOD (3805R), 1200 Pennsylvania Avenue, N.W. Washington, DC 20460. NAICS: 562910 Questions regarding DATS II (SOL‐HQ‐11‐00014) Question: Should offerors include a copy of the proposed quality Management Plan with their proposal response? Answer: Yes, the offeror(s) shall include their Quality Management Plan with their proposal response. Question: Regarding Past Performance Questionnaires, would the government like the offerors to send the questionnaires to our clients along with the authorization letter? If so, by what due date should our clients respond? The date on the example authorization letter has passed. Answer: Yes, it is the offeror?s responsibility to send the questionnaire to your clients along with theauthorization letter. The offeror must have the client send by mail or email the questionnaire to theContracting Officer, Elaine Scott no later than March 22, 2012. Question: Regarding the number of copies, the SF 33 indicates `an original and 8 copies? however page 2 of the instructions (Attachment 10) indicates 4 copies. Please clarify the number of copies the government would like for the Technical and Cost volumes. Answer: The offeror is required to submit original and 8 copies as stated on the SF 33; Attachment 10 has been corrected to reflect the correct number. Question: Page 4 of the cost instructions (Attachment 11), requests labor rates for On‐site and Off‐site responses; however, the cost tables in Section B do not include a request for two sets of rates. In 2006, RFP Mod 2 removed this requirement, so we assume the government would like only a single rate for each labor category. Please clarify. Answer: The offeror shall submit one (1) fully burdened set of rates for all response. Question: Page 5 of Section B references a Section H clause entitled ?Performance Based Task Orders?; however, there is no Section H clause with that specific title.TAnswer: The language in section B which refers to ?Performance Based Task Orders? has been removed. Question: Regarding, Page 6 of the cost instructions (Attachment 11) Table‐3 Equipment Rates, would thegovernment consider removing this requirement because it will be difficult to evaluate offerors withdiffering equipment lists? In 2006, RFP Mod 2 removed this requirement. Answer: Table‐ 3 Equipment Rate has been removed. Question: Regarding the cost instructions, the previous DATS RFP included an instruction to include a 50% additional capacity of labor and ODCs to allow for costs associated with emergency response. This was added during the questions and answers with offerors. Will the government consider adding this typeof instruction to this solicitation? Amswer: The new DATS contract will not have any additional capacity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/SOL-HQ-11-00014/listing.html)
 
Record
SN02690248-W 20120308/120307120759-9e65a392cd73c0c42923e96745ad4f2e (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.