MODIFICATION
R -- TSOC Watch Floor Support
- Notice Date
- 2/2/2007
- 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, UNITED STATES
- ZIP Code
- 22202
- Solicitation Number
- HSTS03-07-R-CAC010
- Response Due
- 2/16/2007
- Point of Contact
- Audrey Taylor, Contract Specialist, Phone 571-227-1582, Fax 571-227-2913,
- E-Mail Address
-
audrey.taylor@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Question: Upon closer review of the solicitation, it became clear that the Government did not dictate how many watch standers are required per shift. Answer: Correct, the Government is not asking for a specific quantity of people per shift. We are asking for 12 Watch Standers to work 80 hours per Government bi-weekly pay period. The Contractor will work rotating shifts defined by the Government. The shift schedule is posted 14 days in advance and includes weekend and holidays. Question: Please clarify if the Government is defining an FTE as 2,080 or 1,920 hours per work-year? Answer: The Government will be paying for 12 Watch Standers, each working 80 hours per government biweekly pay period. There are 26 Government bi-weekly pay periods in a year. The total annual work hours are 2080 per Watch Stander. ( 80 X 26 = 2080) The Government understands that a Contractor will get sick or take a vacation. Any illness over 24 hours will require the Vendor to provide a replacement for the shift. If the Contractor is on vacation, the Vendor will provide a replacement during the vacation period. Question: Do signed NDA?s need to be included in the proposal or will that be handled on the first day of the contract? Answer: Prior to the first day of the contract. Question: Amendment 1 states that 24,960 hours are for six personnel. Is this a typographical error? Are the 24,960 for 12 personnel? Answer: The requirement is for 12 people/24,960 annually except to account for leap year in 2008. Question: Is the expectation that there will be six contractors per shift on the Watch Floor or will scheduling done by the government allow for days off etc? Answer: Please see above response Question: on page 31 & 32 of document HSTS03-07-R-CAC010-Watch Floor Support, appears evaluation criteria including criteria for evaluating firms with experience, and firms with no experience. The wording seems to be at variance with the wording of the section labeled ?Past Performance Evaluation Criteria? on page 3 of 4 of the other document labeled RFP Instructions. Please clarify how firms with much, some, little or no, past experience will be evaluated, and more specifically which of the two evaluation methodologies takes precedence in the event of a conflict. Answer: The question is unclear. Offerors with no past performance will not be penalized and will be rated as neutral. Question: The proposal must be submitted in 12 point font but if we use graphics can the font size go smaller than 12 point and if so, will there be a size limit on that? Answer: Yes, must be submitted in 12 point font. Question: Can you please clarify the definition of UNITS in the RFP? Answer: UNITS=hours per year required Question: Are the past performance citations required in Volume 1 included in the 10 page technical and management approach, or in addition to the 10 page limit for Volume 1? Answer: Past performance is included in the ten 10 page limitation for Volume 1. Question: CLIN?s 1 thru 5 in Section B reflects a number (276,480) under the column titled ?UNIT?. Can you explain what this number means? Answer: This number reflects the total amount of hours per year for the Watch Floor Standers. This number has also been updated and reflects the correct amount of hours in amendment 1 posted on FEDBIZOPS. Question: Paragraph 5.0 (Scope) states that, ?the scope of this procurement is to staff the TSOC Watch Floor 24/7/365 with 12 Full Time Watch Standers?. Does the Government require a total of 12 Watch Standers per shift, which would require a far greater number of personnel to support the Government? Answer: Please see above response. Question: In the instruction for Volume 2, it states, ?Provide an overall and detailed fixed price for the base year and all option years?as well as clearly identify the tasks as well as the composition of the pricing??yet in the SOW, the government states that the requirement is unless the emergency CLIN also known as surge CLIN is funded. Please submit the applicable labor category and rate for personnel that may be assigned to this CLIN. Please also note this will convert the current proposed contract to a combination firm fixed price / labor hour contract. In Section C it states that travel may be required. a. Will ODCs be reimbursed on a cost plus fee basis or a cost only basis? A total of 500 anticipated hours in the event of a national emergency is set up. Travel is an anticipated at a total cost of $2,000.00 per contract year. Long distance travel to TSA?s COOP facility may be reimbursed following Federal Travel Regulations (FTR) and as approved by the CO and / pr COTR in advance. Local travel remains unauthorized Are the contractor's shift hours required to conform to the government personnel's shift hours? If so, please provide the government's shift schedule. On page 23, the SIR states duty hours are M-F 0730 through 1730 with 10 observed holidays. This appears to be in conflict with the stated 24/7/365 schedule. Please confirm this clause was included in error. Section H.6, Government Holidays has been deleted from the SIR. The current watch floor schedule is anticipated as follows but is subject to change: Shift 1: 6 Am to 6 PM Shift 2: 6 Pm to 6 AM Shift schedule is subject to frequent change without approval from Vendor. Shift schedules are set according to the Governments needs. Schedules are posted 14 days in advance. Will the Government accept personnel with Interim Secret Clearances upon contract award? Yes, the Government will accept Interim Secret clearance upon contract award pending finalized Secret status. Will there be an ODC line to pay for the required drug tests? The stated drug tests will not be necessary and has been deleted from the RFP in its entirety. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-FEB-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-MAR-2007, 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/HSTS03-07-R-CAC010/listing.html)
- Place of Performance
- Address: Herndon Virginia (location to be procvided at time of award
- Zip Code: 11111
- Country: UNITED STATES
- Zip Code: 11111
- Record
- SN01257598-F 20070324/070322224600 (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 |