MODIFICATION
R -- BUSINESS AND OPERATIONS SUPPORT SERVICES
- Notice Date
- 2/22/2006
- Notice Type
- Modification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Director(cf-2), USCG National Pollution Funds Center, 4200 Wilson Boulevard Suite 1000, Arlington, VA, 22203-1804
- ZIP Code
- 22203-1804
- Solicitation Number
- HSCG23-06-R-HXZ001
- Response Due
- 3/17/2006
- Archive Date
- 4/1/2006
- Point of Contact
- Amanda Sawyer, Contracting Officer, Phone 2024936822, Fax 2024936939,
- E-Mail Address
-
asawyer@ballston.uscg.mil
- Description
- BOSS HSCG23-06-R-HXZ001 VENDOR QUESTIONS AND ANSWERS FedBizOps POSTING: 22 FEB 2006 1. Q: In Section L.6, Volume I, the solicitation asks for a Transition/Resource Management Action Plan. Can you provide any of the following sizing metrics in order to help us more clearly define our starting point for the transition? Estimated current number of claims by USCG location (Mobile, Morgan City, New Orleans, Port Arthur). A: No claims are being adjudicated at any of these locations. Current staffing levels by location (Mobile, Morgan City, New Orleans, Port Arthur). A: Mobile: 2 Morgan City: 1 New Orleans: 2 Port Arthur: 1 2. Q: Can you please provide us with a list of specific applications and tools currently being used to support claims? A: Each claims support requirement is unique, and involves a separate task order containing a statement of work, contractor labor category hours, schedule, and work product deliverables that are tailored for that specific claim. As part of its ongoing business operations, the NPFC utilizes all Microsoft Office products (Word, Excel, etc.) as well as a customized ORACLE data base. Any modifications or changes to these tools would be linked to a requirement under a contract task order. 3. Q: What percentage of total labor hours on this contract do you anticipate being dedicated to Attachment G/Katrina ? related cost documentation support activities in the base year? How is this expected to change in each option year? A: The percentage of total labor hours among task orders issued under the BOSS contract that are dedicated to Katrina related cost documentation support activities in the base year or any option year is not predictable, as other requirements may arise during the base year that require the contractor to perform additional, simultaneous task orders with other labor categories under the contract. The Government anticipates continued performance of Katrina related cost documentation support services following award of the BOSS contract, but changes between this requirement and other additional, unknown future requirements are not predictable, and cannot be predetermined. 4. Q: In Section L.6, on page 86, under Volume I, you state that ?Offerors must show how they intend to furnish resources for seamless, uninterrupted performance for on-site Katrina cost documentation services upon award of the contract, in accordance with the requirements of Section J, Attachment G, and applicable sections of the BOSS SOW (Section J, Attachment A).? What do you consider the applicable parts of BOSS SOW, Section J, Attachment A (pages 39-48)? A: Katrina cost documentation support services are considered ?performance? under BOSS SOW 5.8.2, Incident/Case Cost Documentation Services. 5. Q: In the solicitation, are you defining a full time equivalent (FTE) as 2,080 hours per year? A: Yes 6. Q: Page 3, Section B, Supplies or Services/Prices, includes Meeting Planner and Quality Management Specialist labor categories, however, there are no estimated hours provided for these positions on page 92 ? 93. Can you please provide this information? A: These two labor categories are not included in the pricing model described in solicitation Section M, Volume IV, Price. 7. Q: The estimated labor hours on pages 92 ? 93 for the base year total 4,306 hours (slightly more than 2 FTEs based on a 2,080 hour FTE year); however, Section J, Attachment G, Subsection 2.3.2, notes a resource need of 6 FTE?s for at least one year. Please describe the relationship between the 6 FTEs noted in Attachment G, Subsection 2.3.2, and the labor hours provided on pages 92 ? 93 for evaluation purposes? A: The 6 FTEs are estimates for future Katrina cost documentation support services. The labor hours provided on pages 92 ? 93 are for price evaluation purposes only. See also answer to Question No. 3 above. 8. Q: Understanding that the hours provided on pages 92 & 93 are for evaluation purposes only, can you elaborate on the basis for these detailed hours ? in other words, are they based on historical information or a forecast? A: The hours are based mainly on historical information, and some on forecasted efforts 9. Q: In the cover letter dated February 8, 2006, you state that the estimated total quantity in $1,998,000.00. Please describe whether or not this covers only the base year or if it also includes option years. A: The estimated total quantity covers both the base year and all option years. 10. Q: What is the per year expenditure history for this contract for the past three years: i.e. 2005, 2004, and 2003? A: 2005 - $758,012 2004 - $613,904 2003 - $228,733 Total: $1,600,649 11. Q: When looking at the incumbent contract with the Leads Corporation, I noticed the total value of the contract is $7,314,767.60. In the synopsis for the new contract, it was indicated that this program was estimated at $2 Million. Does this amount apply as a per year amount, or is it for the entire life of the contract including the option period years? A: The NPFC currently has two contract instruments in place with the Leads Corporation, an in-house IT support services order under a GSA Schedule contract, and the incumbent BOSS contract. The total value of all the task orders issued under the incumbent BOSS contract is approximately $3,460,000. The estimated amount of $1,998,000 for the BOSS contract is for the entire contract period, inclusive of the base year and all option years.
- Place of Performance
- Address: National Pollution Funds Center, 4200 Wilson Blvd., Suite 1000, Arlington, VA, ,
- Zip Code: 22203
- Country: USA
- Zip Code: 22203
- Record
- SN00992215-W 20060224/060222211556 (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 |