Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2006 FBO #1644
MODIFICATION

99 -- Voluntarily Abandoned Property (VAP) Management and Disposal

Notice Date
5/26/2006
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS03-06-R-CAO054
 
Response Due
6/23/2006
 
Archive Date
7/8/2006
 
Description
This amendment to SIR HSTS03-06-R-CAO054 provides the results of the Industry Day held at TSA HQ on 5/23/06. Below you will find a list of all questions asked and their answers. Additionally, if you would like a copy of the Standard Operating Procedures (SOPs) used with this procurement, you may contact Mark Urciuolo at mark.urciuolo@associates.dhs.gov or Marvin Grubbs at marvin.grubbs@dhs.gov. You will receive a copy of the TSA non-disclosure agreeement (NDA). Complete and sign the NDA and return it to Mark Urciuolo or Marvin Grubbs and you may receive a copy of the SOPs. The following are the questions and answers from Industry Day. 1. What is the total number of personnel expected to be trained under this contract? -This is on an as needed basis. Some airports may only need 5 people trained while others may need more. It is based on the needs as they arise for that particular contract year. Contractor needs to be flexible to present training for small or large groups. 2. What percentage of the contract will be training? -A small percentage. Training is based on the need for either those that have not been trained or a new requirement. The training can be specific training or general. Larger classes can be around 25 people while small is about 5-10 people. There are times when a class is one-on-one, depending on the need. There was about $80,000 put on the existing contract for training. 3. Was training funded on a separate CLIN? -yes, $80,000 was funded under the training CLIN on the existing contract. As with travel, training will be funded on as needed basis and a modification to add funding will be issued. The Contractor should propose a ceiling value for training in each year. 4. When will the questions be posted on FedBizOpps? -Tentatively on June 15th but this might change depending on the number of questions and how much research needs to be done. Please submit questions as soon as they arise. 5. Is there a preference to sending all of the questions at once or one at a time? -Either way will be accepted. Sending a question when it is brought to your attention is accepted. We will possibly need time to research the question so you are encouraged to send them as soon as you think of them. All will be posted at once. 6. Can the font size deviate from the 12pt. in regard to the header and footer? -no, can not deviate from the 12pt. limitation. Every aspect of the proposal must follow this font size, including the header and footer. 7. If contractors use teaming or subcontracting, should the proposal include a minimum of three past performance references ? 3 per company or 3 per team? -There should be a minimum of 3 past performance references in the technical proposal for each prime offeror. It is incumbent on the offeror to ensure that past performance references are representative of its abilities. You are welcome to submit more if necessary. 8 The SIR specifies spills, are these referring to VAP specific spills? -Yes, any reference to spills, indicate VAP specific spills ? directly related to TSA or the contractor?s personnel dealing with a spill after TSA has taken possession of the material in question and extends through the time of disposal. 9. There are no specific CLINs that address the different classes or types of abandoned property. Are these to be priced out differently? -The SIR does differentiate the different Special Hazardous Materials classes of VAP but does not separate them into different CLINs. It was not separated out into different CLINs as it would be on a needed basis. It is not expected that these pick-ups will occur more than 10 times over the contract year. Everything being pick-up should be priced under CLIN 3. 10. Can you identify what airports have the mail-back program? -Yes, we have a list of these airports. It is available upon request from Mark Urciuolo. 11. Is the Field Environmental Support contract at all a part of this contract? -No, this contract is totally separate. 12. What kind of interaction will there be with the existing Environmental Support contract? -The environmental support contract services the field in any environmental support needed. The field might have a specific question that may be directed toward this contractor, but may have to be answered by you and therefore you would be the contact. We will need the contractor to be able to give correct and timely responses to the field. 13. Please further define the CLINs and verbiage such as CONUS, -CONUS = Continental United States. OCONUS = Outside Continental United States. AK = Alaska. HI = Hawaii. PR = Puerto Rico. SP = South Pacific. USVI = United States Virgin Islands. These refer to the regions of the U.S. and all locations contain TSA federal airports that will potentially need service under this contract. 14. Will the list of CLINs be changed, adding disposal of materials at other locations? -We will clarify the definitions and the list of airport categories. All additional definitions needed were included in the Statement of Work 15. Regarding the disposal CLIN, 3ae. This needs to be one price regardless of what is going into the container? -We are looking for one fixed-price per container. A fixed-price pick-up fee regardless of what you are picking ?up. These prices may differ between regions, but we are looking for one price. 16. Where would the requirements for audits and research fall? -Audits will be performed on facilities, that is TSDFs. TSDF audits fall under this category. You will be expected to make sure TSA is following requirements and protocol. The audits would fall under CLIN 00002 in the base year and the ?0001? series of CLINs for the option years. 17. What vehicle was used for the existing contract? -This was a fixed-price Task Order awarded under GSA Schedule 899. The current requirements are being competed as full-and open. 18. What percentage of small business use is expected? -We do not require small business use, but this is an evaluation factor and therefore a strength detailed in Section M. No use of small business will be a deficiency. 19. Would suggestions to TSA be placed in the Technical Proposal? -Any suggestions would be part of your technical proposal, but you will need to clarify why these suggestions would be in the best interest of TSA. 20. In today?s discussion, you had made reference to a new environmental information system being established by the TSA Hazmat Mgmt Program. How would that impact the Hazmat Management Contractor. Specifically: - Does the automated reporting system need to interface with this new environmental information system? If so, is it possible to obtain some basic information about this system? - Who is the current contractor serving in the role of Environmental Management Support Contractor (i.e., who is establishing this new system with which the automated reporting system may need to connect into)? Is the Environmental Management Support Contractor eligible to bid on the Hazardous Materials Management contract? We made reference to a new Environmental Management System (EMS) being implemented by TSA and our Environmental Support Services contractor. This EMS is similar to the EMS as described by the ISO 14000 requirements. The Hazmat Management Contractor will be responsible for the technical and logistical hazardous materials management support services such as providing containers, ensuring proper container identification, marking, labeling, packaging, shipping, and final treatment of the collected materials. The EMS is TSA's management tool. We do not foresee the web based automated reporting and tracking system, called for in this procurement, receiving or processing data or information from the EMS. Rather, reports from the web based automated reporting and tracking system may be fed to the EMS.
 
Place of Performance
Address: CONUS and OCONUS - All TSA Federalized Locations
 
Record
SN01058034-W 20060528/060526220346 (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.