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
- Point of Contact
- Allison Friloux, Jr., Procurement Policy Analyst, Phone 202-693-4570/4581, Fax 202-693-4579, - Allison Friloux, Jr., Procurement Policy Analyst, Phone 202-693-4570/4581, Fax 202-693-4579,
- E-Mail Address
-
friloux.allison@dol.gov, friloux.allison@dol.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- Request For Proposal (RFP) Number: DOL059RP20078,Amendment Number 0002 The purpose of this amendment number 0002 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 set-aside, what is the relevance of the 8a references? Response: The term 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: All as stated in this RFP. 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)? Response: Base with three (3) option years combined. 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: No response. 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: No response. To what does this paragraph refer? Response: No response. 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: No, because it may involved performance concerning related Information Technology Services to be performed by the contractor. 10. How does the government foresee using Task Orders in this contract? Response: Because the initial contract awarded base on this RFP 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 c11 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 ! NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-NOV-2005, 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/DOL/OASAM/WashingtonDC/DOL059RP20078/listing.html)
- Place of Performance
- Address: Washington, DC
- Zip Code: 20210
- Country: USA
- Zip Code: 20210
- Record
- SN00932567-F 20051117/051115212844 (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 |