Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

U -- Training - Reasonable Accomodations - Amendment 1

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSSS - NGA Facility/Enterprise Support, Attn: OCSSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
HM157514T0064
 
Archive Date
9/18/2014
 
Point of Contact
Douglas H. Verseman, Phone: 3146760195
 
E-Mail Address
douglas.h.verseman@nga.mil
(douglas.h.verseman@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QASP List of Prohibited Items The following are the responses to the questions that have been asked. 1.Is there an incumbent for this activity? If yes: a)Will NGA identify that contractor? b)Is the incumbent eligible to compete for award under the proposed contract? c)What is the total value of the current effort? a.NGA Does not have a current contract in place for reasonable accommodations training; therefore there is no incumbent for subject contract. 2.Has NGA determined a contract value for the proposed opportunity? a. NGA is estimating approximately $33,000 per year. 3.Paragraph 4, states, "The base year and option year includes eight (8) training sessions; 8 hours in length per session (1day sessions) will be split between the two locations: four (4) sessions at the NGA facility in Springfield, VA, and four (4) sessions will be offered at an NGA facility in St. Louis, MO." Does NGA expect the contractor to deliver the four sessions in St. Louis during one week, or is the training to be delivered over the course of the contract period. This information is needed to estimate travel costs. a. The course offerings for both Springfield VA, and the St. Louis Mo area would be offered over the course of a 12 month period. b.One course would need to take place before the end of FY14. 4. PWS 1.0 and 7.0 (b) - In Section 1.0, it states, "... policies related to NGA's reasonable accommodation procedures..." In section 7.0 (b), it states, "Be familiar with federal regulations and NGA policy providing for reasonable accommodations in the workplace." Will the Government be providing information on NGA-specific policies to ensure inclusion in course materials? Is it safe to assume this will be done at contract award? a. Information on the NGA reasonable accommodation program will be provided at contract award. 5. PWS 3.1 - On p. 1 of the PWS, it states, "Contractor shall perform under the general guidelines established by the government program manager in the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP)." Does the Government have a specific QASP or are the evaluations in Section 6.0 the only required quality standard?\ a. There is a QASP in addition to the evaluations in section 6.0. 6. PWS 9.0 - Reference is made to an Attachment 3 for NGA prohibited items list, but no attachment was included. a.Prohibited List Attached ******************* The response date has also been extended by 1 day to 3 Sep 2014 at 11AM CT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157514T0064/listing.html)
 
Place of Performance
Address: Saint Louis and Virginia, Saint Louis, Missouri, 63010, United States
Zip Code: 63010
 
Record
SN03485053-W 20140830/140829022311-964b22dd2057973a15737f5aabd2cb30 (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.