Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
MODIFICATION

R -- Occupational Safety and Health Support Services

Notice Date
6/16/2006
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS03-06-R-CAO092
 
Response Due
6/22/2006
 
Point of Contact
Robyn King, Contract Specialist, Phone 571-227-2447, Fax 571-227-2913, - Marvin Grubbs, Contracting Officer, Phone 571-227-1581, Fax 571-227-2913,
 
E-Mail Address
Robyn.King@dhs.gov, Marvin.Grubbs@dhs.gov
 
Description
This hereby constitutes issuance of Amendment 04 to RFP HSTS03-06-R-CAO092. 54. Under what conditions can a contractor change key personnel between submission of the technical proposal and the orals? TSA does not have any authority to stop the change of key personnel between the time of proposal submission and oral presentations. Any changes to proposed resumes must be submitted as a formal clarification to the proposal, no later than one (1) week prior to the offerors scheduled oral presentation. All new resumes will be evaluated based on Section M.3 Management and Staffing Approach. 55. Section M.3, 10 - Price Proposal indicates that Travel cost estimates will be evaluated, however the instructions do not provide any information regarding the travel estimates required or the level of travel anticipated. Please clarify. Please refer to question 25. 56. It appears that the transition period will be the first month of the base year. Should pricing detail be provided for the transition period, separate from the remaining 11 months of the base period, including an estimate of transition travel? No. Please refer to question 12. 57. If tab dividers are used to separate proposal attachments, do the tab sheets count toward the individual attachment not to exceed page limit? No. 58. The RFP (Section L.6, page 61) lists the cut-off date for questions as June 13. However, the FedBizOps announcement lists the cutoff date as June 14. Will the TSA entertain additional questions on June 14? No, both the RFP and the synopsis on FedBizOps states that the cut-off date for questions is June 13, 2006 and all answers will be posted on June 14, 2006. TSA will not entertain questions after June 13, 2006. 59. The government-furnished equipment listed in Attachment 3 of the Solicitation does not include all items commonly-used for employee exposure assessment activities. For example, items notably absent in that attachment include noise dosimeters and personal air sampling pumps and apparatus. Can it be assumed that if devices other than those listed in Attachment 3 become necessary to support the objectives of any resulting contract, that such items (or of any other items of equipment that become necessary) would either be provided by the TSA or would be reimbursed at suitably burdened costs (above the submitted fixed price total)? Please refer to question 18, 19, and 25. 60. If any laboratory analytical services become necessary to support the resulting contract, can it be assumed that any costs for these services would either be borne directly by the TSA, or be reimbursed at suitably burdened costs (above the submitted fixed price total)? Please refer to question 19. 61. What "milestones" and "timelines" should be addressed in the Draft Project Plan, which is a required component of the technical proposal? TSA is requiring the offerors to use their professional judgment in establishing milestones and timelines based on requirements in the Statement of Work. 62. Please clarify Section C, subsection 5.2 of the solicitation. Beyond the one Certified OSH Specialist Team Lead (specified in 2.2.2 of that same section), are there any other contractor employees "required to work at TSA Headquarters located in Arlington, VA"? Also, is it expected that this will involve full-time, dedicated assignments at this location, including the labor costs associated with such assignments? Please refer to the Section C Paragraph 2.2.2 Staffing of the RFP, specifically the recommended minimum acceptable staffing requirements listed. 63. Will the Program Manager position be a full-time, dedicated position for this contract? Are all the other staff required for this contract (6 certified OSH Specialists/Team Leads, 22 OSH Specialists, 1 QA/Technical Writer) also fully dedicated to this contract? It is envisioned that the Program Manager and all staff will be fully dedicated to this contract. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-06-R-CAO092/listing.html)
 
Place of Performance
Address: Nationwide
 
Record
SN01133307-F 20060903/060901230022 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.