Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
MODIFICATION

R -- Strategic Management Support Services

Notice Date
2/9/2007
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSTS03-07-R-ACQ913
 
Response Due
2/20/2007
 
Archive Date
3/7/2007
 
Point of Contact
Quyen Diep, Contract Specialist, Phone 571-227-2997, Fax 571-227-2913, - Marvin Grubbs, Contracting Officer, Phone 571-227-1581, Fax 571-227-2913,
 
E-Mail Address
Quyen.Diep@dhs.gov, Marvin.Grubbs@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation procurement and a total small business set aside. The Request for Proposal (RFP) number HSTS03-07-R-ACQ913 is to establish multiple Blanket Purchase Agreements (BPAs) to obtain Strategic Management Support Services for the Transportation Security Administration. **************************************************************** This procurement will be conducted using the Transportation Security Administration Acquisition Management System (TSAAMS). Interested parties may learn more about the Acquisition Management System at http://fast.faa.gov. TSA is exempted from the Federal Acquisition Regulation (FAR) by the Aviation and Transportation Security Act (ATSA ? Public Law 107-71) and empowered to use TSAAMS by the same authority. **************************************************************** All interested vendors must contact TSA's Office of Acquisition (OA) for a copy of the RFP, which contains the instructions, Statement of Work, Past Performance Survey, and Non-Disclosure Agreement. The RFP contains all Evaluation Factors that will be used by TSA in considering the technical merit of each response. The RFP also contains instructions on the format of responses, including page length. All interested offerors are hereby made aware that in order to be considered, they must submit a technical and price proposal that covers all aspects of the SOW, not selected parts of the SOW. However, TSA is willing to consider the merit of any proposed subcontracting or teaming arrangements meeting the Limitations in Subcontracting requirements. TSA's primary point of contact is Ms. Quyen Diep, who can be reached at 571-227-2997 or e-mail at Quyen.Diep@dhs.gov. If Ms. Diep is not available, please contact Mr. Marvin Grubbs at 571-227-1581 or e-mail at Marvin.Grubbs@dhs.gov. Please contact Ms. Diep NO LATER THAN February 9, 2007 to receive a copy of the RFP via e-mail only. Any questions about this synopsis/solicitation shall be directed in writing to Ms. Diep. The deadline to submit a technical and price proposal is indicated in the RFP letter and will not be extended unless the Contracting Officer determines that an extension is necessary to maintain the competitive nature of the procurement. **************************************************************** AMENDMENT 02 TO RFP HSTS03-07-R-ACQ913: The purpose of this amendment is to publicize responses to questions submitted between January 31 and February 5, 2007. ***Question 1: The conflict of interest issue is stated as being relative to other TSA contracts, yet the current contract information request also includes other DHS contracts causing some need for clarification as to the actual intent of the provision. While the unfair advantage aspect of knowing what TSA future work might be( if one were awarded this RFP) is easily understood as a conflict of interest; how other non-related DHS might create a conflict of interest is not clear. Would providing strategic management support services to TSA under this contract be considered a conflict of interest with other DHS work such as planning, training and exercising for Preparedness and/ or FEMA and/ or the Coast Guard? Please clarify. Answer 1: Offerors are expected to review the requirements of any solicitations they plan to propose on and/or any current work with TSA and other DHS components to better anticipate potential conflicts of interest. ***Question 2: In developing our cost, have you established an estimate of labor hours for each of the requirements? Answer 2: Our expectation is for offerors to propose the labor categories and annual rates that would be utilized for any resultant task order(s). ***Question 3: Do you have an organization chart or a directory of locations where the services may be performed? Answer 3: The resultant BPAs will be for TSA-wide use. ***Question 4: What is the cost of the current contract and who is the service provider of these services? Answer 4: There is not an incumbent. TSA-wide strategic management is a new endeavor. There have been individual contracts for specific programs but the specific contractor names will not be released as many are large businesses that have no bearing as a potential prime contractor on this small business set-aside. ***Question 5: Can you describe which areas have requirements for Top Secret and Secret clearances? Answer 5: Security clearance requirements will vary with each resultant task order. *** Question 6: Is it a requirement that the proposed Program Manager for the BPA have a Security Clearance at the time of contract award? If so, what level and would an interim DOD Secret clearance be acceptable? Answer 6: The Program Manager for the BPA does not need a clearance. Security clearance requirements will vary with each resultant task order. ***Question 7: Will all BPA Calls or Task Orders be competed between all BPA awardees or can BPA Calls and Task Orders be directed to a specific BPA holder? Answer 7: All BPA Calls/Task Orders will be competed amongst all BPA awardees. Please note that TSA does not guarantee any award of any task order(s). ***Question 8: We plan to have a subcontractor on our team. As part of the past performance requirements, the Government has requested 3 references for the prime and 3 for any subcontractors. Due to the limited space requirements, will the government considered excluding past performance references from the page count? Answer 8: Past performance references will be excluded from the page count limitation. ***Question 9: Reference the SOW Section IV, Volume 1 ? Technical Response and Past Performance, specifically ?Recent past performance?. Please define ?recent?. Would this be within the past 3 or 5 years? Answer 9: Yes, 5 years or less is considered ?recent?. ***Question 10: If a subcontractor is not a major subcontractor, but a specialist, does past performance need to be included for non-major subcontractors? Answer 10: Past performance is required for any subcontractors or partner performing a critical element of the work. ***Question 11: Is it correct to assume that all Other Direct Costs (ODCs) such as TSA authorized long distance travel and materials will be on a cost-reimbursement basis? Answer 11: ODCs such as authorized travel will be reimbursed. We do not anticipate ODCs for materials. Audit approved G&A may be applied to the ODCs. ***Question 12: Please provide us a list of the organizations that requested copies of this RFP. Answer 12: This is procurement sensitive information and will not be released. ***Question 13: Does the limit of 15 pages for the technical proposal include the required past performance reference forms to be completed by 3 references? Answer 13: The page limitation does not include the Past Performance Survey that will be completed and submitted by the offeror?s reference(s). ***Question 14: Concerning the number of references required for a Subcontractor, reference RFP Section IV, Volume 1, Page 6 of 24 states: ?For any subcontractor or partner performing a critical element of the work, please furnish at least three references?. What is the definition of a ?critical element?? Does this have to do with a situation where a subcontractor would be doing most of the work in a certain area? Answer 14: ?Critical element? in this case refers to work and/or tasks that are considered non-administrative (filing, copying, typing, etc.). Additionally, work and/or tasks that, if not performed satisfactorily, would result in failure to meet the requirement.
 
Place of Performance
Address: Transportation Security Administration, 701/601 South 12th Street, Arlington, VA
Zip Code: 22202
Country: UNITED STATES
 
Record
SN01229275-W 20070211/070209220421 (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.