Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

R -- CRISIS MANAGEMENT CENTER (CMC) STAFFING

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTOS59-11-R-00324
 
Archive Date
10/15/2011
 
Point of Contact
Brandon O. Lorthridge, Phone: 2023666338
 
E-Mail Address
brandon.lorthridge@dot.gov
(brandon.lorthridge@dot.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amendment 04- 23 September 2011 The purpose of this amendment is to answer a follow-on question. No further questions shall be answered in regards to this solicitation. Question--PART II - Subcontracts/ Consultants: e. A cost and price analysis of each Subcontractor/ Consultant proposal, as required under FAR 15.404-3 and in accordance with FAR 52.244-1(b)(7). In addition, show each proposed subcontractor's pricing on separate Contract Pricing Summary forms (Exhibit 1), or show each sub's pricing on equivalent spreadsheets; and, in either case, be sure to show each subcontractor's pricing elements in the same level of analytical detail as is required for the prime offeror's internal pricing. And show each proposed independent consultant's pricing on separate Contract Pricing Summary Forms (or on equivalent spreadsheets), down to the level of the consultant's proposed numbers of staffing hours and the consultant's proposed (unloaded and loaded) hourly consulting pay rate(s) for those proposed hours. It is normal and routine for subcontractor teaming partners to provided burdened rates to their bidding Prime for arriving at a team cost/price proposal. However, it is HIGHLY unusual for subcontractor teaming partners to reveal their rate build ups to the Prime - who is after all another government contractor, and always a possible competitor on other similar efforts. Please clarify that subcontractor teaming partners are to send their detailed pricing elements directly to the government ONLY given the highly proprietary nature of such information, in an increasingly competitive environment. Subcontractor teaming partners are very willing to send the government their rate build ups in sealed bids, but understandably reluctant to do so in an unsealed electronic file via another contractor. Please provide explicit emailing instructions and a deadline for subcontractor teaming partners to send their proprietary data directly to the government. Answer: The Department of Transportation is not requesting you provide the subcontractors build up rate. However, your proposal should include the burden rates of the subcontractor. ----------------------------------------------------------------------------- Amendment 03- 20 September 2011 The purpose of this amendment is to correct Question & Answer 16 from the questions and answers period. Question 16) Section 2.2.4 Security Clearance Requirement. "All personnel permanently assigned to the CMC hall hold final TS and be eligible for an SCI. The contractor is responsible for all TS/SCI clearance costs and for transferring the clearance to DOT. Reserve watch standers shall have final Top Secret clearance. The Contractor will require access to classified information while performing this contract." •a) Is the offeror also required to hold a Top Secret facility clearance? •b) If a Top Secret Facility clearance is required under this contract, would an Interim TS Clearance be sufficient at time of award or must the offeror possess a Final TS Clearance at time of award? Answer 16) In order for the company/contractor to have the capability to "propose" on this requirement, they must have been issued a final Facility Security Clearance (FSL's) at the level of the classified information material in which they will have access to prior to contract being award. Therefore a Top Secret Facility clearance is required under this contract and an interim will not suffice. ------------------------------------------------------------------------------- Amendment 02- 16 September 2011 The purpose of this amendment is to answer vendor questions that were posed during the questions period. As such the answers and a revised solicitation has been attached. ------------------------------------------------------------------------------- Amendment 01- The purpose of this amendment is to extend the questions period. Please send all questions via email to Brandon.Lorthridge@dot.gov. Please show the RFP number in the subject line. All questions are due via email by 11:00am Eastern Time on September 14, 2011. Any questions received after this date and time shall not be answered. -------------------------------------------------------------------------------------- The United States Department of Transportation, Office of the Secretary of Transportation (OST), Office of Intelligence, Security, and Emergency Response (S-60) within the DOT has a requirement for the Crisis Management Center Staffing. Solicitation DTOS59-11-R-00324 is being set-aside 100% for competition limited to eligible 8(a) contractors. The applicable North American Industry Classification System (NAICS) code is as follows: 561990-All Other Support Services. The size standard is $7.0 Million. In order be eligible to participate a business concern, at the time of its offer, must be certified by the U.S. Small Business Administration (SBA) for participation in the SBA's 8(a) program. The work to be performed: • Provide effective 24X7 monitoring of the transportation system to ensure key DOT staff have the necessary information on transportation related incidents. • Operate secure and other vital communications links for the Secretary of Transportation and other Senior Officials at the Department of Transportation. • Provide immediate analysis of emergency incidents and initiate the appropriate response. • Provide access to unclassified and classified information for the Department. • Participate in Exercises and drills at the CMC or at the primary relocation site. • Provide Input for After-Action Reports (AAR) after drills and exercises, and real-world events. • Maintain a tightly coupled relationship with Federal, State, and local emergency operations centers to make certain that maximum situational awareness and information sharing is achieved. The contract has a potential period of performance of a transition period, Base Period, and four one-year options. The Place of performance will be at DOT Headquarters located in Washington, DC. The DOT will use competitive acquisition procedures employing best practices for conducting a competitive procurement as authorized by the Federal Acquisition Regulations (FAR). Offers will be evaluated and contract award will be on the basis of selection of the proposal representing the "Best Value to the Government". The evaluation factors and their relevant importance will be stated in the solicitation. Issuance of this solicitation does not constitute an award commitment on the part of the Government, nor does it commit the Government to pay for the costs incurred in the preparation and submission of proposal. Proposals submitted in response to this RFP must be received no later than 11:00 a.m., EST, September 30, 2011. Telephone requests will not be accepted; any questions concerning this Request for Proposal should be directed to Brandon Lorthridge, Contract Specialist via e-mail at brandon.lorthridge@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/TASC/TASCASD/DTOS59-11-R-00324/listing.html)
 
Place of Performance
Address: 1200 NEW JERSEY AVENUE SE, WASHINGTON, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN02590223-W 20110925/110923235626-c92ed6bfd9f183b7e52630a86156b234 (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.