Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
MODIFICATION

R -- Administrative Services Support

Notice Date
7/2/2007
 
Notice Type
Modification
 
NAICS
561110 — Office Administrative 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-Q-00249
 
Response Due
7/10/2007
 
Point of Contact
Bernard Salter, Jr., Contracting Officer, Phone 202-447-5591, Fax 202-447-5545,
 
E-Mail Address
bernard.salter@dhs.gov
 
Small Business Set-Aside
8a Competitive
 
Description
This solicitation is hereby amended to incorporate the following questions/responses: Question 1: What is the number of hours per work day to be included in the pricing of this requirement; [should it be 8 hours a day; 9 hours a day including (1) paid thirty minute break and two (2) fifteen minute breaks; the hours of operation between 7.30 am ? 6.00 pm can also be interpreted as a 10.5 hour work day including breaks; Are the lunch breaks and two other breaks part of the 8 hours pay per day or are they in addition to the 8 hours per day. Does the contractor have to pay an employee 9 hours per day including the paid breaks?] Government Response: Pricing for this requirement should be based upon an 8-hour work day. Contractor personnel will be utilized on a full-time basis. Hourly rates should be fully loaded to include lunch and break periods. Please note that the 7:30am - 6:00pm timeframe is being provided as a range of time in which Contractor personnel will work those 8 hours. Personnel are not expected to actually work from 7:30am to 6:00pm. Question 2: Do the personnel?s resumes count within those 15 pages? Government Response: Per the Combined Synopsis/Solicitation, resumes are not required, as there are no ?Key Personnel? required for this effort. Any information provided to address ?staffing? will be subject to the 15 page limitation designated for the technical quote. Question 3: Since this procurement is being re-competed under RFQ # 249, why was the original procurement was cancelled? Government Response: At the Government?s discretion, an affirmative decision was made to revisit this requirement. Question 4: Section O says that offerors must submit a completed copy of their Representations and Certifications (Reps & Certs) with the quote. Are the pages for the Reps & Certs included in the 15-page limitation for the Technical and Management Plan? Government Response: No. Please refer to Federal Acquisition Regulation (FAR) clause 52.212-3, in Section O, for specific requirements. Question 5: The labor-mix is anticipated as 5 positions varying from 2-Secretary V to 1-Secretary II, the hours of operation are from 7:00 a.m. to 6:30 p.m. Do the 5 positions reflect 5 full-time equivalents (working 8 hours each day)? Government Response: Yes Question 6: Does DHS have the capability to process contactor invoices using the Wide-Area Workflow (WAWR-RA)? Government Response: No Question 7: Can DHS provide Wage Determination 05-2103 Rev 3, effective 05/29/2007. The DOL web-site has not posted the WD and states that it will be posted sometime after July 3rd and NO specific date is provided. Government Response: Wage Determination 05-2103 Rev 3 was made effective 05/29/2007 and posted 06/06/2007. Please refer to http://www.dol.gov. Question 8: Paragraph P of the solicitation states the technical quote submission shall be limited to 15 one-sided pages and the past performance section shall be limited to 2 one-sided pages. Are the 2 past performance pages inclusive of the 15-pages? Government Response: Yes Question 9: Is the incumbent, GAP Solutions, eligible to compete for this procurement as the prime contractor? Government Response: The incumbent is Gap Solutions Inc. The Government will not facilitate a response to this question. Question 10: How many years has GAP Solutions Inc. been the incumbent for this effort? Government Response: The incumbent is Gap Solutions Inc. This information may be requested via DHS Freedom of Information Act (FOIA) office. All other terms and conditions remain unchanged. rize and grant a favorable entry on duty (EOD) decision based on preliminary suitability checks. The favorable EOD decision would allow the employees to commence work temporarily prior to the completion of the full investigation. The granting of a favorable EOD decision shall not be considered as assurance that a full employment suitability authorization will follow. A favorable EOD decision or a full employment suitability determination shall in no way prevent, preclude, or bar DHS from withdrawing or terminating access government facilities or information, at any time during the term of the contract. No employee of the Contractor shall be allowed unescorted access to a Government facility without a favorable EOD decision or suitability determination by the Security Office. Contract employees waiting for an EOD decision may begin work on the contract provided they do not access sensitive Government information. Limited access to Government buildings is allowable prior to the EOD decision if the Contractor is escorted by a Government employee. This limited access is to allow Contractors to attend briefings, non-recurring meetings and begin transition work. 4.0 BACKGROUND INVESTIGATIONS Contract employees (to include applicants, temporaries, part-time and replacement employees) under the contract, requiring access to sensitive information, shall undergo a position sensitivity analysis based on the duties each individual will perform on the contract. The results of the position sensitivity analysis shall identify the appropriate background investigation to be conducted. All background investigations will be processed through the DHS Security Office. Prospective Contractor employees shall submit the following completed forms to the DHS Security Office. The Standard Form 85P will be completed electronically, through the Office of Personnel Management?s e-QIP SYSTEM. The completed forms must be given to the DHS Security Office no less than thirty (30) days before the start date of the contract or thirty (30) days prior to entry on duty of any employees, whether a replacement, addition, subcontractor employee, or vendor: a. Standard Form 85P, ?Questionnaire for Public Trust Positions? b. FD Form 258, ?Fingerprint Card? (2 copies) c. DHS Form 11000-6 ?Conditional Access To Sensitive But Unclassified Information Non-Disclosure Agreement? d. DHS Form 11000-9, ?Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act? Only complete packages will be accepted by the DHS Security Office. Specific instructions on submission of packages will be provided upon award of the contract. Be advised that unless an applicant requiring access to sensitive information has resided in the US for three of the past five years, the Government may not be able to complete a satisfactory background investigation. Non-U.S. citizens shall not be authorized to access or assist in the development, operation, management or maintenance of Department IT systems under the contract, unless a waiver has been granted by the Head of the Component or designee, with the concurrence of both the Department?s Chief Security Officer (CSO) and the Chief Information Officer (CIO) or their designees. Within DHS Headquarters, the waiver may be granted only with the approval of both the CSO and the CIO or their designees. In order for a waiver to be granted: (1) The individual must be a legal permanent resident of the U. S. or a citizen of Ireland, Israel, the Republic of the Philippines, or any nation on the Allied Nations List maintained by the Department of State; (2) There must be a compelling reason for using this individual as opposed to a U. S. citizen; and (3) The waiver must be in the best interest of the Government. 4.1 ALTERNATIVE CITIZENSHIP REQUIREMENTS FOR NON-IT CONTRACTS For non-Classified or non-IT contracts the above citizenship provision shall be replaced with the citizenship provision below: Each individual employed under the contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by a Permanent Resident Card (USCIS I-55 1). Any exceptions must be approved by the Department?s Chief Security Officer or designee. 5.0 INFORMATION TECHOLOGY SECURITY CLEARANCE When sensitive government information is processed on Department telecommunications and automated information systems, the Contractor shall provide for the administrative control of sensitive data being processed. Contractor personnel must have favorably adjudicated background investigations commensurate with the defined sensitivity level. Contractors who fail to comply with Department security policy are subject to having their access to Department IT systems and facilities terminated, whether or not the failure results in criminal prosecution. Any person who improperly discloses sensitive information is subject to criminal and civil penalties and sanctions under a variety of laws (e.g., Privacy Act). Contractor access will be terminated for unauthorized use. The contractor agrees to hold and save DHS harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use or access. 6.0 INFORMATION TECHNOLOGY SECURITY TRAINING AND OVERSIGHT Before receiving access to IT resources under this contract the individual must receive a security briefing, which the Contracting Officer?s Technical Representative (COTR) will arrange, and complete any nondisclosure agreement furnished by DHS. 7.0 REFERENCES 7.1 DHS Office of Security DHS, Office of Security Personnel Security Staff Attn: Ora Smith Washington DC 20528 Telephone: (202) 447-5372 All other terms and conditions remain unchanged. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JUL-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-SEP-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/OCPO/DHS-OCPO/HSHQDC-07-Q-00249/listing.html)
 
Place of Performance
Address: Department of Homeland Security (DHS) Headquarters 301 7th and D Streets, SW, Washington D.C.
Zip Code: 20407
Country: UNITED STATES
 
Record
SN01401885-F 20070912/070910223631 (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.