Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2005 FBO #1354
MODIFICATION

L -- Department of Labor's Workplace Safety, Occupational Health, and Workers? Compensation Programs

Notice Date
8/9/2005
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, N5416 200 Constitution Avenue, NW, Washington, DC, 20210-0001
 
ZIP Code
20210-0001
 
Solicitation Number
DOL059RP20078
 
Response Due
8/15/2005
 
Archive Date
8/30/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Request For Proposal (RFP) Number: DOL059RP20078, Amendment Number 0001. The purpose of this amendment number 0001 to this RFP is to provide a response or clarification as follows: 1. The solicitation (Section I, incorporation of FAR 52.219-17) and accompanying letter (directly under underlined, blue-bold print) both refer to 8a?s ? as this is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, what is the relevance of the 8a references? Response: The term or phase, 8(a) is DELETED from this RFP in it?s entirety. 2. Regarding the evaluation criteria, which is more important or more heavily weighted? Response: No response. 3. Submission requirements have verbiage for both electronic and hard copy, but seem to always require some hard copies, is that correct? Response: No response. 4. Is this a Base plus three years or Base plus four years (C.10)? C.10. Period of Performance: The period of performance is from contract award through the end of the fiscal year (September 30, 2006). This contract will have three (3) option years for the contractor. The contracting officer will notify the contractor 90 days prior to the end of each contracting year pertaining to the renewal of the next option year. Response: This section of the RFP and SOW is amended and change as follows: C.10. Period of Performance: Base Year and Three (3) Option Years Combined. The period of performance is from contract award for one (1) year (BASE YEAR). Also, this contract will have three (3) option years. The contracting officer will notify the contractor 60 days prior to the end of each contracting year pertaining to the renewal of the next or any option year. 5. Are the four full-time equivalents referred to in para C.2 and C.1.4.c the same four people? Response: The contact recruits two people for safety and health individuals and two for worker compensation; this would be four FTEs and should be the same four people referred to throughout the RFP. Are these four expected to fill all requirements of this contract? Response: Yes 6. Are the ?on call experts? referred to in C.1.4.c.20 the same four as referred to in C.1.4.c/C.2? In this instance, what is the government?s definition of ?on call?? Response: Additional staff (over and above the four FTEs referenced in the RFP and SOW) that can be called upon for additional support- such serious accident investigations. 7. Please specify which requirements result in this being classified as a ?Major Acquisition?. Response: This item is deleted from this RFP in it?s entirety. 8. Paragraph C.18, Definitions, states that ?Major systems as defined below are considered ?major acquisitions?. Major acquisitions are subject to the requirements of OMB Circular A-11, Part 7, Planning, Budgeting, Acquisition and Management of Capital Assets.? There is no accompanying definition of ?Major systems?. Response: This item is deleted from this RFP in it?s entirety. To what does this paragraph refer Response: This item is deleted from this RFP in it?s entirety. Specifically which Capital Assets are covered under this procurement? Response: No response. 9. Would the government be willing to delete the requirement for an Earned Value Management System? Response: This item is deleted from this RFP in it?s entirety. 10. How does the government foresee using Task Orders in this contract? Response: Because the initial contract awarded base on this RFP ans SOW will be awarded in the amount of $0.00 (Zero) dollars. The Government will be incrementally funding the contract by issuing TASK ORDERS, as necessary. 11. Please define further the OASAM national office work spaces referred to C.1.4.c.9? Response: Office space in OASAM consists of cubicles of approximately 60 square feet that contain a desk space, four or more file cabinets, telephone and computer. 12. Paragraph C.1.4.c.11 refers to pre-occupancy inspections on new or renovated office spaces, etc. How many of these inspections should we anticipate? Will this requirement be limited to the Washington DC area, or is this a nation-wide requirement? Response: This requirement is limited to the Washington DC metro area, and anticipate 3 to 4 per year. 13. Paragraph M.2.1.6 asks us to describe how we will conduct the transition from the incumbent contractor for SHARE goals data. Who is the incumbent? What is their staffing level? Please define the SHARE goals data that this paragraph references. Response: SHARE is a Presidential Initiative that measures the safety and health performance of federal agencies. There are four measures: Total Case Rate, Lost Time Case Rate, Lost Production Days, and Timeliness. The incumbent contractor is not on board yet, so I can?t answer this one. 14. Reading your Solicitation Cover Letter makes it appear that this RFP is intended for 8(a) Competition ?Your Service Disable Veteran Small Business company is receiving this RFP and Performance Base, Statement of Work (SOW) requirement as a result of the U.S. Department of Small Business Administration (SBA), 8(a) Program- 8 (a) Competition.? In order to bid must the company be both 8(a) and SDVOSB? Response: This RFP is set aside for SDVOSB. See response to item number 1 above concerning 8 (a). 15. Is this an RFP or an RFQ as the amount of time to submit from release to due date is approximately 10 days much less than the normal 30 days for an RFP? Response: RFP ! Also, no response. 16. Is there an Incumbent, if so who is the incumbent, are they SDVOSB or 8(a), what is the value of their current contract, what is the full period of performance? Response: No. Also, see item number 4 above. 17. Was this Requirement recently competed using a GSA Schedule or GWAC? Response: No. Also, see item number 17 above. 18. Why does the Cover Letter language read like this was competed by invitation to pre-selected companies? Response: No response. Also, see item number 16 and 17. 19. Will the government extend the submission date to permit a full 30 day response time, if not why not? Response: No further extensions are anticipated. 20. NAICS 541990 appears to be the wrong code and should be changed the SOW does not read like any of the 541990 code descriptions why? Response: NAICS code is change to read 541611. END !
 
Place of Performance
Address: Washington, DC
Zip Code: 20210
Country: USA
 
Record
SN00865989-W 20050811/050809211928 (fbodaily.com)
 
Source
FedBizOpps.gov 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.