MODIFICATION
R -- Payroll Services
- Notice Date
- 10/23/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541214
— Payroll Services
- Contracting Office
- Department of State, Office of Acquisitions, Regional Procurement Support Office Frankfurt, Germany, American Consulate General Frankfurt, Giessenerstrasse 30, 60435, Frankfurt am Main, Non-U.S., Germany
- ZIP Code
- 00000
- Solicitation Number
- 19GE5018R0115
- Archive Date
- 12/15/2018
- Point of Contact
- Chris Heck, Phone: 49-69-7535-3333
- E-Mail Address
-
heckc@state.gov
(heckc@state.gov)
- Small Business Set-Aside
- N/A
- Description
- The US Government has received the below questions and hereby provides answers to all interested parties Q.2 Regarding Attachment 3 Key Personnel - Is the Contract Administrator required to be bilingual, considering s/he will coordinate with the bilingual PM A.2 We confirm that the contract administrator and key personnel that liaisons with the USG staff shall be bilingual. Q.3 SOW 2.5 states, "For the Jerusalem Consulate General only - Designate representative(s) to provide guidance on income tax and national insurance codes, responsibilities, obligations, and prevailing practices. The assigned representative(s) shall speak English, Hebrew and Arabic..." Are personnel required to speak Arabic, or as listed in Section 3, Summary of Instructions, B.a.2 and Attachment 3, Key Personnel, only English and Hebrew? A.3 Command of Arabic is not required, i.e. will not be used as a qualifying factor. It may be a 'nice to have' item that facilitates communication between the contractor and the Consulate General's local staff. Q.4 Section 3. B.a3: "Provide your document and PII security plans to show you understand and meet the requirements of FAR clauses 52.224-2 Privacy Act and 52.224-3 Privacy Training in Section 2 of this solicitation and of paragraph 6 of the SOW." Please clarify what document, in addition to the PII security plans, the bidders must provide. A.4 This is a misunderstanding. The USG is referring to the offeror's security plan for documents and PII information. We regret the inconvenience Q.5 Can bidders adjust the pricing sheet to conform to their DCAA accounting system as long as they provide the same level of detailed required by the original pricing sheet A.5 We regret we cannot accommodate this request. Q.6 What does the estimated start date of November 2018 in the solicitation refer to? A.6 The November estimated start date refers to the estimated date of contract award. There will be a transition period between that date and the actual date the contractor takes over the payroll services. As per Section 3.B.b.1, a transition plan that addresses this period shall be included in offeror's proposal. Q.7: Will the USG accept a timetable that implements actual payroll service at the end of calendar year 2019? A.7 A transition plan that addresses this period shall be included in offeror's proposal. The US Government shall review all reasonable plans submitted. Q.8 Does the relevant experience referred to in section 3.a.1 of the solicitation require experience in dealing with payroll services for an American company or entity operating in Israel? A.8 This refers to experience in handling payroll services for a major organization of a similar or greater size I the country of Israel. It does not specifically refer to an American firm working in Israel. The US Government hereby provides the following corrections and amendment to the original solicitation: Section 1, SOW, paragraph 3.1 is corrected to refer to 'XLSX' payroll files Section 3, A. Summary of Instructions, Section 3 B.b is corrected to 'includes all elements specified in paragraphs B.b.1 to B.b.3 B.a.1 is corrected to refer to payroll contract (instead of social media strategy). Business Management Proposal is corrected to 'to include all elements specified in paragraphs B.b.1 to B.b.3 below'
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/88286aa50127db367cb86804c028b792)
- Place of Performance
- Address: no specific location required, Israel
- Record
- SN05132632-W 20181025/181023230730-88286aa50127db367cb86804c028b792 (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 |