Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
MODIFICATION

D -- Web Based Public Relations Support

Notice Date
11/16/2005
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS0306QCOM001
 
Response Due
11/28/2005
 
Archive Date
12/13/2005
 
Point of Contact
Karla Guzman, Contract Specialist, Phone 571-227-3203, Fax 571-227-1948, - Robert Boone, Jr, Contract Manager, Phone 571-227-1585, Fax 571-227-1911,
 
E-Mail Address
Karla.Guzman@dhs.gov, robert.boone@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is Amendment P00001 to RFQ# HSTS0306QCOM001 to provide answers to questions about this RFQ.******************************************************************************************************************************Technical Questions: ##1. The SOW states that travel outside the Washington D.C. area is not anticipated. Does that mean that you expect the contractor to be in the Washington D.C. area? My company is located in Utah. Can we perform the work from here? The contractor can perform anywhere within the US, however, we expect that a representative from the company come to TSA HQ on an AS NEEDED basis to train our HQ employees. I do not expect we would need to hold training sessions more than one initially and perhaps a refresher every 4-6 months. ##2. The bid show a system for 15 concurrent users. I wanted to make sure that was correct since the system TSA is currently using is a 25 seat system. Is 15 correct? Approximately 15 users is correct. We have about 5 people at HQ who use it, plus about 10 in the field around the country. ##3. With respect to the above referenced solicitation, it is unclear to me from the statement of work whether the agency is looking for a contractor to build and provide a public relations system or if the agency is seeking quotes for subscribing to a pre-existing service. Can you please clarify this for me? TSA is seeking quotes for subscribing to pre-existing services.*************************************************************************************************************************Contracting Questions: ##1. We currently are NOT a GSA Schedule Holder; will that essentially eliminate us from competing for this opportunity? Yes, companies that are not GSA Schedule Holders and small businesses will not be considered for award. This procurement is open to GSA Schedule Holders with a contract under the Federal Supply Schedule 70 – General Purpose Commercial Information Technology Equipment, Software, and Services, Electronic Commerce Services (132-33). ##2. We have an IDIQ GWAC from DOI-NBC that has a government approved rate schedule; I am not sure, if that can be used, please advice? This procurement will be conducted under the Federal Supply Schedule 70 – General Purpose Commercial Information Technology Equipment, Software, and Services, Electronic Commerce Services (132-33) offered by the General Services Administration. Other GWACs will not be utilized. ##3. So only small businesses who have a GSA schedule may submit a quote? Yes, see answers for questions 2 and 3. ##4. If you do need a GSA schedule holder, then can we team with other company, who is a GSA scheduler holder? If companies wish to have teaming arrangements, all team members within a specific teaming arrangement have to have a GSA Schedule Contract. Subcontracting with the company that receives the award is allowed. ##5. Is there an incumbent who has been performing this task? If so, can you provide me with the contractor's name, contract number, contract type, award date, duration including option years and total value? I would appreciate any information you are able to provide. This information cannot be provided at this time. Vendors may submit a Freedom of Information Act (FOIA) request to TSA to obtain this information. Please contact Ms. Catrina Pavlik at 571-227-2499 or Catrina.Pavlik@dhs.gov to request this information. ##6. Is the date of the award scheduled for around 1/15/06? I wasn't sure if the Archive date was the date of the award. The date of the award is estimated to happen by the end of December 2005 or January 2006. The archive date is just the date the document will be archived in the system (www.fedbizopps.gov). ##7. The current system TSA is using expires 11/30. Am I to assume that TSA will not have access to any system until the award is made? This is correct. ##8. We also want to know which countries will be eligible to participate in this tender? Due to Buy American Act provisions and the North American Free Trade Agreement (NAFTA), the countries that can participate in this effort are Canada and Mexico. ##9. The RFQ requests quoters to provide their GSA contract number and expiration date. See RFQ at 5. Please clarify this ambiguity. The GSA contract number is requested to verify the validity of the contract. The expiration date is requested to confirm that the contract will be active during the performance of the contract for base year and any options. ##10. We are interested in preparing a quote in response to this RFQ and want to know whether we would be considered eligible for award and the basis for such eligibility since the RFQ, as issued, states otherwise. Vendors must be GSA Schedule Holders and small business to be considered for award. Just like FAR 8, the Acquisition Management System (AMS) allows TSA to purchase commodities or services through the Federal Supply Schedule Program (FSS) or the Multiple Award Schedule Program (MAS). In addition, AMS and TSA policies mandate to set-aside any procurement under $200K. ##11. Please confirm whether or not this procurement is being conducted in accordance with FAR Part 12 and whether the Government will award a fixed-price purchase order using Simplified Acquisition procedures in accordance with FAR 13.5. This procurement will be conducted utilizing Ordering Procedures for Federal Supply Schedules. This is FAR 8. However, TSA abides by the Acquisition Management Systems (AMS), and not the FAR. Please see the Aviation and Transportation Security Act (ATSA), Public Law 107–71, which stipulates that “The acquisition management system established by the Administrator of the Federal Aviation Administration under section 40110 shall apply to acquisitions of equipment, supplies, and materials by the Transportation Security Administration.” http://www.tsa.gov/interweb/assetlibrary/Aviation_and_Transportation_Security_Act_ATSA_Public_Law_107_1771.pdf ##12. There is no NAICS code designated in the RFQ that you emailed to us. The NAICs Code was included in the synopsis posted on the Government Point of Entry (www.fedbizopps.gov). For your reference, the NAICs Code is 511210 - SOFTWARE PUBLISHERS. The small business size standard is $21,000,000.*************************************************************************************************************************************************************************************** This is a combined synopsis/solicitation for the award of a fixed price order to obtain web-based public relations support. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation, HSTS03-06-Q-COM001, is issued as a Request for Quotation (RFQ). This solicitation is set-aside for small businesses. The associated NAICS industry group code is 511210 - SOFTWARE PUBLISHERS. The small business size standard is $21,000,000 in revenue.****************QUOTES ARE DUE NO LATER THAN 5:00PM (EASTERN STANDARD TIME) ON NOVEMBER 28, 2005.***********ALL PROSPECTIVE OFFERORS ARE REQUIRED TO REQUEST, IN WRITING, ELECTRONIC COPIES OF THE INSTRUCTIONS FOR THIS SOLICITATION BY CONTACTING KARLA GUZMAN, CONTRACT SPECIALIST AT KARLA.GUZMAN@DHS.GOV. PROSPECTIVE OFFERORS MUST REQUEST AND RECEIVE THIS INFORMATION BEFORE THE DUE DATE OF QUOTATIONS TO BE ELIGIBLE FOR AWARD. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS-BT/TSA/HQTSA/HSTS0306QCOM001/listing.html)
 
Place of Performance
Address: Contractor's Site
Country: USA
 
Record
SN00933386-F 20051118/051116214113 (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 |
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.