Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2013 FBO #4170
MODIFICATION

R -- Clerical Support

Notice Date
4/23/2013
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-13-T-0084
 
Response Due
4/29/2013
 
Archive Date
6/22/2013
 
Point of Contact
Andrew Fortier, 410-278-5286
 
E-Mail Address
ACC-APG - Installation Division
(andrew.p.fortier2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Below are the responses to questions recieved: Question: Is there currently an incumbent? Answer: There is currently no incumbent. This is a new requirement. Question: Can the contractor/vendor expect to work in excess of 15 hours? Answer: The contractor can expect that there may be weeks where there may be more than 15 hours of work in accordance with PWS section 1.5.3. Question: In reference to Hours of Operation, will the government allow flexibility in hours work? Answer: The government/customer will allow flexibility in work schedules within stated hours of operations described in 1.5.3 of PWS. Question: In reference to 1.4.5 Accomplishments Para/Sentence #7: Can the government/customer expand and or provide specific training requirement prior to start of contract? Answer: Training will involve standard training for new employees as well as departmental training and job specific training. There may be other standard training during the course of the term of the position. The job specific training will be about 50% upfront and 50% as time goes by as expertise is gained and allows for training on top of previous training. The job specific training will be taught by division personnel. Question: Can the government provide workload data estimates (time) current and historical as it pertains to the following: a.1.4.1 Order Fulfillment b.1.4.2 Inventory Management c.1.4.3 Archiving d.1.4.4 Reporting Answer: The workload will vary from week to week across all activities. Question: Reference to 1.3 Objectives: Can the provide workload data current and historical- as it relates to the following: a.Inventory and Stock Levels? b.Number of Requisitions Prepared(ing) c.The number of customers- which FTaB supports? d.Is there an inventory system and databases, which the contractor employee will be utilizing? If so, what is the current system being utilize? Answer: The workload will vary from week to week across all activities. There is a custom built inventory management and order processing software program that that contractor will be trained on and utilizing. Question: In reference to 1.5.12 Contractor Travel: How much travel and travel locations is the contractor is expected to accomplish? Additionally, is travel cost reimbursable- or does the contractor need to prices separately? Answer: Travel will be infrequent. On average, most weeks there will be zero travel. Travel reimbursement is described in PWS section 1.5.12. Question: In regards to contractor employee security clearance requirement- does the contractor need a DD254 Facilities Clearance? Or, will the government hold their security clearance? Answer: A DD254 has been included in this solicitation. The contractor must hold at least a SECRET clearance. A Facilities clearance is not necessary. An active clearance is required to be considered Technically Acceptable. Question: In reference to section 1.5.9 it states that the contractor shall attend any post award conference convened by the contracting activity or contract administration office. Does this mean that our employee needs to attend or that the contractor needs to attend? ANSWER: Contract personnel shall attend the post award conference. At minimum, this includes the contract manager and either the alternate or contract employee who is filling the position. Question: In reference to section 1.5.10 it states that the contractor shall provide a contract manager who shall be responsible for the performance of the work. It states that the name of this person and an alternate should be listed. Can this be someone in our home office or should this person be located on site? ANSWER: The contract manager and an alternate need to fulfill duties specified in section 1.5.10. It is up to vendor to decide about the location as it relates to fulfilling the duties. The actual contract requirements are all performed at Aberdeen Proving Ground, MD. Question: Ref 1.5.12 Contractor Travel: Contractor will be required to be available to travel locally within 10 miles during the performance of this contract to perform work at the print plant or off-site inventory location. How often would this local travel be required? Answer: Travel will be infrequent. On average, most weeks there will be zero travel. Question: How many FTEs? ANSWER: The requirement is for one part time employee. Question: Will this contract be under the Service Contract Act? Answer: Yes. This clause has been added to the solicitation. Question: Can you include the Wage Determination and category? Answer: The Wage determination has been attached. The labor category is 01070, Document Preparation Clerk. Question: Is the government requiring a written proposal response, if so is there a format, and page limit requirement? Answer: There is no format or page limit requirement specified. THE FOLLOW CLAUSE HAS BEEN ADDED TO THE SOLICITATION: FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) Applicable Wage Determination can be found here: http://wdol.gov/wdol/scafiles/std/05-2247.txt?v=13
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f69d8e93e0c602215ca1dd4f969761ba)
 
Place of Performance
Address: US Army RDECOM ARDEC Building 305 Aberdeen Proving Ground MD
Zip Code: 21005-5001
 
Record
SN03043643-W 20130425/130423235240-f69d8e93e0c602215ca1dd4f969761ba (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.