MODIFICATION
R -- Administrative Support Services
- Notice Date
- 2/10/2004
- Notice Type
- Modification
- Contracting Office
- General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548
- ZIP Code
- 20548
- Solicitation Number
- OAM-2004-N-0022
- Response Due
- 2/26/2004
- Point of Contact
- Harold Miles, Senior Contract Specialist, Phone 202-512-3607, Fax 202-512-3999 or 2879, - Darcel Hall, Contracting Officer, Phone 202-512-3099, Fax 202-512-3999 or 2879,
- E-Mail Address
-
MILESH@GAO.GOV, HALLD@GAO.GOV
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this Amendment (No. One) of synopsis/solicitation number OAM-2004-N-0022 is to revise the Administrative Support Service requirement to a Small Business Set-aside (under the North American Product Classification System (NAICS) code 561110 and size standard is six million), to include the on-site requirement of a full-time Project Manager and to respond to questions received as a result of synopsizing this requirement in FedBizOpps on February 2, 2004 under code 99 and February 3, 2004 under code R. 1. Question - Is this procurement a re-compete? - Response ? See question no. two. 2. Question - If yes, who is the incumbent contractor? Response ?This is the first time GAO has contracted for Administrative Support Service. Although, we have had short-term temp GSA delivery orders in the past. 3. Question - Is a current contractor performing this work? Response - See the response to Question No. 2. 4. Question - Is this procurement full and open or is it restricted? Response - This procurement has been revised to a Small Business set-aside with clause added to the Executive Summary Notice. 5. Is this a new requirement or a re-compete of an ongoing effort? Response ? See response to Question No. 2. 5. Question - Page 6 of the SOW states work schedule for fourteen individuals (4 for task 1, 4 for task 2, 1 for task 3, 3 for task 4, and then 2 seasonal), then on the pricing schedule pages 12 ? 14 there are requirements for 12 full time and one part time. Which is correct? Response - The total staffing requirement under this proposed indefinite quantity/indefinite delivery task order contract is fourteen-individuals. Task 5 (Administrative Support Seasonal Programs) support staff requirement have been revised to reflect a change in the number of staff from ?2-individuals? to ?1-individual? and one project management has been added. 6. Question - Is GAO staff or a contractor currently performing this work? Response - See response to Question No. 2. 7. Question - If a contractor, who is the contractor? Response ? See response to Question No. 2. 8. Question - How many staff currently performs this work? Response ? See response to Question No. 2. 9. Question - Are there Service Level Agreements (SLAs) in place for this work? Response ? This question is not clear. 10. Question - Is this meant to be a performance based contract? Response - No. 11. Question - Task 3, Requirements for Support of the Time and Attendance Reporting Function, states "The contractor will provide three individuals for the tasks associated with supporting the Time and Attendance (T&A) reporting functions located in the Human Capital Office." Are these full-time or part-time positions? Response ? Staffing for Task 3 is part-time positions. The level of effort or number of estimated hours per fiscal year is 200 per individual. For example, GAO may task the contractor to provide three individuals for one-day to support three separate locations within GAO building. 12. Question - The total staff count on Attachment C states 13 people, the Contractor's Work Schedule on page six states 14 people. The difference is with respect to Task 5 REQUIREMENTS FOR ADMINISTRATIVE SUPPORT FOR GAO SEASONAL PROGRAMS showing 1 vs. 2. Please advise as to the correct count. Response - Please see the response to Question No. 6. 13. Question - Fedbizopps states at least 3 references are required, the RFP states 5. Is it up to 5? Response - To clarify this ambiguity in the requirements, Offerors must provide contact information for at least five references the firm has done similar services within the past five years. 14. Question - Is it possible for us to tour the facility and operations? Response - There are no plans for a facility tour. Tasks will be performed in an office environment and will be assigned to a cubicle workstation or receptionist desk. The proposed contract staff will be located at two reception desks areas and other staff will be placed in cubical (estimated size 19 X 16) with office equipment as required and as needed (including telephone with voice-mail, desktop computer, storage unites, standard office supplies etc.). 15. Question - What is the transition period if there is contractor in place? Response - There is no transition period. The contractor will start contract performance immediately after signing the contract. 16. Question - What is the official award versus start date: - Currently 80 days after posting-Tuesday, April 20th. Response - GAO has provided its best estimated procurement schedule as stated in the FedBizOpps notice. 17. Question - Are there multiple facilities? Response ? No. There is only one facility that will be supported under this proposed contract which is located at 441 G Street NW, Washington DC. Contractor?s staff will provide support requirements at the GAO headquarters building. 18. Question - What type of enterprise SW agreements does GAO have? Response ? this question is not clear. 21. 19. Question - Is Business Process Re-engineering analysis to identify and realize potential improvements in operational tasks within the scope of this procurement? Response ? No. 21. Question - Is a technical analysis of the Pathlore LMS, the Training Information Reporting System (TIRS), the Training Information System (TIS), Training Registration Reporting System (TRRS), and the CPE Data Validation System (CDVS) to identify and propose potential efficiencies that might result from a system consolidation within the scope of this procurement? Response ? No. 22. Question - What is the relationship between the aforementioned systems and data entry of Form 314 content into an Excel spreadsheet? Response ? Excel spreadsheet tracks the financial obligations for external training and is used to reconcile the invoices submitted. 23. Question - Is comprehensive and mastery level knowledge of database report writers (e.g. Crystal Reports) and Structured Query Language (SQL) constitute an equivalent skill set to comprehensive and mastery level knowledge of Access software and the referenced ORACLE programming language? Response ? Yes. 24. Question - What is the NAICS code and size Standard? Response ? The NAICS code is 561110 and size standard is six million. 25. Question ? Can we hand deliver the proposals to location indicated in the notice? Response - Due to building security issues, the only acceptable means of delivering proposals under this requirement is FEDEX as stated in the requirement. 26. Question - I would like to know if this is an existing contract with an incumbent? If so, which company is currently doing it and are they still eligible to bid on this? Also, what is the dollar value for this and is this a Small Business set-aside? Response ? See question no. two for a response to incumbents. This is an indefinite-delivery/indefinite-quantity contract with the minimum and maximum stated in Clause No. 2 for the base year and Clause No. 8 for the four option year periods. This requirement has been revised and changed to a Small Business set-aside. 27. Question ? Some of the positions that you are requesting cost can be performed by one individual instead separate cost. Can I provide pricing that way or do you want the pricing for each individual category. Response ? Offerors must provide a full-loaded fixed hourly rate for each individual labor category and line item in the Price Schedule. 28. Question ? Is there a provision for the contractor to have on-site management of these personnel or is management expected to be performed remotely? Response ? GAO has revised its requirements to include a full-time ?on-site? Project Manager. The Executive Summary Notice has been revised to include hourly rates (Pricing Schedule) and evaluation requirements. 29. Question - How many contract references should we provide? The GAO' RFP Executive Summary states that at least 3 references must be provided and page 25 of the SOW states that at least 5 references must be provided. Response ? See response to Question No. 14. 30. Question - Page 6 of the SOW states in the last paragraph "the work schedule is for fourteen (14) individuals", but on page 12 Attachment C -Contract Pricing Schedule provides a total of thirteen (13) individuals. Please clarify. Response ? See response to Question No. 6. 31. Question - Task 2 on page 4 in the second (2nd) sentence states that "two (2) individuals will be located at HCO's main receptionist desk in the receptionist area.; but the fifth (5th) sentence indicates only one (1) individual "For HCO's main receptionist desk, please clarify. Will there be one (1) or two (2) individuals at HCO's main receptionist desk? Response ? Task 2 requires 2 individuals at HCO?s main receptionist desk. 32. Question -Task 3 under Required Skills, item 9 states "Comprehensive and mastery level knowledge of Access software and ORACLE and check information within the database or will this individual design, development and/or program Access and ORACLE database? Response ? Check information within the database. 33. Question - When will this contract be awarded? Response ? See response to Question No. 17. 34. Question - Should our proposal submission include a signed Standard Form (SF) 1449? If yes, can you provide us with the SF1449? Response - Offerors are not required to include a signed or submit a SF1449. 35. Question - Is an incumbent contractor performing the work? Response ? See response to Question No. 2. 36. Question - There is a labor category specified as Administrative Support ? Seasonal Programs. Within Attachment A, it is identified that two individuals will be needed for that task area. However, within Attachment C only 1 individual is referenced. For the Administrative Support - Seasonal Programs labor description, how many individuals should be bid? Response ? See response to Question No. 6. 37. Question - Within the cover letter attached to the solicitation, the Proposal format states that 3 references should be identified for past performance. However, under Attachment C - Evaluation Criteria, you request that we provide 5 references. How many references should we provide? In what format should we provide the references? Response ? See response to Question No. 14. 38. Question - Is there an incumbent contractor performing the work? If there is an incumbent contractor, who is the incumbent and are they eligible to bid? Response ? See response to Question No. 2. 39. Question - The Synopsis/Solicitation (II. Format of Proposal - No. 5) request the submission of at least three (3) references. The Request for Proposal document (Evaluation Criteria - Attachment C .1) request at least 5. Which one is actually required for proposal submission. Response ? See response to Question No. 14. 40. Question - Is there an incumbent currently providing these services? If so, can you provide the name and if they are eligible to bid? Response ? See response to Question No. 2. 41. Question - Has a NAICS Code/Size Standard been determined for this requirement? Response ? See response to Question No. 24. 42. Question - Would the government consider making this requirement an 8(a) set-a-side? Response ? See response to Question No. 4. 43. Question - Are offerors required to have the Reference Check Form completed by their customers then include them in their proposals? Response ? No. The Reference Check Form will be used by GAO to determine from the offeror?s list of references past performance evaluation information. 44. Question - Will the government require the results of the pre-employment drug screening of each proposed individual before being assigned to the contract? Response ? No. Also, please see Clause 11 in the Executive Summary Notice. 45. Question - Task 5 is for seasonal programs. That being the case are resumes required in the proposal for this Task area as suggested by the Evaluation Criteria (No. 2 - Page 25)? Response ? Yes. Resumes are requested as required by the Qualified Personnel clause (9) and Evaluation Criteria in the Executive Summary Notice. 46. Question - With the exception of Task 5, each Task area provides a detail list of the required skills. Are there any educationally requirements for the proposed staff in each Task area? Response ? proposed staff will be evaluated based on the resumes submitted that states their ability to perform the proposed task. 47. Question ? Is there an incumbent performing this work now? If so, who is the incumbent? Response ? See response to Question No. 2. 48. Question - Page 11 is blank. Is this intentional? Response ? If your page 11 was blank it could be that your document formatting may be in error. 49. Question - Attachment C, p. 13, lists the estimated quantity for the Base Year @2080 hours each for each FTE. However, the base period is defined as "date of award through September 30, 2004". To clarify, is the contractor to total the FTE hours at 2080, even though the base period will be fewer than 2080 hours? Response ? For the base year of the contract, the hours proposed for full-time support categories in the Contract Pricing Schedule has been changed from 2080 hrs. each to 1040 hrs. each. This requirement again has been revised to a Small Business Set-aside. The North American Industry Classification System (NAICS) code 561110 and size standard is six million. Firms submitting a proposal under this RFP must provide and completed the provision at Federal Acquisition Regulation (FAR) - 52.219-1 - Small Business Program Representations (a copy of FAR 52.219-1 in full text is available at www.arnet.gov/far). All firms that have requested and received a copy of the Executive Summary Notice with additional contract requirements will receive a revised document by e-mail. Those firms that have not requested the Executive Summary Notice of additional information (see Federal Business Opportunities (FedBizOpps) Notice code 99 dated January 30, 2004 and code R dated February 3, 2003), must request a copy by emailing Harold Miles (Contract Specialist) (milesh@gao.gov). Again, those firms that have emailed GAO for a copy of the addenda will be automatically sent the revised updated documents. The date and time for receiving all proposals has been extended to 2:00pm (EST) February 26, 2004. Offerors must be a certified Small Business to submit proposals (cost and technical) under this requirement.*****
- Place of Performance
- Address: U.S. General Accounting Office, 441 G Street NW, Washington DC 20548
- Record
- SN00519965-W 20040212/040210212813 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |