Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
MODIFICATION

R -- Pandemic Finance and Acquisition Support

Notice Date
8/1/2007
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528, UNITED STATES
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-07-R-00084
 
Response Due
8/6/2007
 
Archive Date
8/18/2007
 
Point of Contact
John Nash, Jr., Contract Specialist, Phone (202) 447-5582, Fax null, - Christopher Wallis, Contract Specialist, Phone 202-447-5712, Fax 202-447-5725,
 
E-Mail Address
john.nash@dhs.gov, christopher.wallis@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to extend the due date and time for the receipt of proposals and past performance questionnaires and to respond to questions submitted by potential offerors. 1. The due date and time for the receipt of proposals and past performance questionnaires is extended to 8/6/07 at 10:00 a.m. EST. 2. Responses to questions are provided below. Question 1: Will a separate CLIN be established for Task D.1 (Project Management)? Response: No. Any anticipated costs associated with the Project Management task should be factored into the firm fixed price proposed for CLINs 0001 and 0101. Question 2: According to the RFP, CLIN 0001 will be firm fixed price and CLIN 0002 will be labor hours. Is the Government asking for an hourly rate to be quoted for both? Please clarify if possible. Response: The Government is not asking for an hourly rate for CLINs 0001 or 0101, which are firm fixed priced. In proposing pricing for performance under these CLINs the offeror will identify a firm fixed unit price per month and multiply the unit price by 12. The Government IS asking for an hourly rate for CLINs 0002 and 0102, which are labor hour CLINs. In proposing pricing for performance under these CLINs the offeror will identify an hourly rate and multiply it by 960 hours. Question 3: Is [this] solicitation a new requirement or is there an incumbent? Also, is there a contractor currently performing similar work? Response: There is an incumbent currently performing this work. All other terms and conditions of the solicitation remain unchanged. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-07-R-00084/listing.html)
 
Place of Performance
Address: Primary Place of Performance: 1120 Vermont Ave. Washington, DC
Zip Code: 20005
Country: UNITED STATES
 
Record
SN01359702-F 20070803/070801225919 (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.