MODIFICATION
R -- Special Security Officers for TSA
- Notice Date
- 11/21/2006
- Notice Type
- Modification
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSTS03-07-R-SEC001
- Response Due
- 11/30/2006
- Archive Date
- 12/15/2006
- Point of Contact
- Mark Urciuolo, Contract Specialist, Phone 571-227-4213, Fax 571-227-2911, - Marvin Grubbs, Contracting Officer, Phone 571-227-1581, Fax 571-227-2913,
- E-Mail Address
-
Mark.Urciuolo@dhs.gov, Marvin.Grubbs@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment provides the final batch of questions that were received in response to this procurement and their answers. Also, please be reminded of the response due date for proposals next week, no later than 12pm (noon) on November 30, 2006. Q&A is below. Mark Q - Since the personnel to be furnished are all working at TSA sites and not contractor sites, will TSA ?hold? or ?own? the clearances of these personnel as it has under other similar contracts? A - The government agency does not hold the collateral clearance on the contractor. The government agency only holds the SCI access. It is the responsibility of the contract company to acquire the collateral clearances. Q - Since/if that is the case, it would appear unnecessary for the Contractor itself to hold a TS facility clearance. Is that correct? Please clarify any facility clearance requirements for the Contractor and applicable TSA Security policies. A - The contract company bidding for the contact must hold a cage code which identifies the clearance level of the company. This clearance level must be at the same classification as the level of the clearances granted by the company and meet the requirements for the contract in which they are bidding. Further clarification can be found in the NISPOM Chapter 2, Security clearances, Section 1, Facility clearances (FCL) and Section 2, Personnel Security clearances. Q - Section B requests offerors to propose an hourly rate as the basis of the contract, and Section C.11 indicates that while there is a ?normal? work schedule that SSO?s may be recalled. If such a recall or other government request for additional hours results in hours in excess of 8 hours a day or 40 hours per week, will the contractor be able to bill for the hours in excess of 8 hours per day or 40 hours per week? Please clarify. A - The contract will be a labor hour arrangement. Authorized hours worked in excess of 40 per week will be billable, however, such hours must be authorized prior to start of work. The total hours listed in Section B includes some recall hours. Q - The base period is 12 months and there are 3 one year options, for a total of 48 months, yet the ?total? period cannot exceed ?51? months. Please clarify. A - This is a typo and will be corrected in Section F prior to contract award. Q - Since this will be a full and open competition, please clarify the reason that the contractor must provide ?evidence of audit approved G&A rates.? A - TSA often requests this additional information to aid in cost and price analyses should they become necessary. It is requested for all types of solicitations. This is not a request for certified cost and pricing data, which is disallowed by AMS for commercial products and services.
- Place of Performance
- Address: 601 South 12th St, Arlington VA, , Also see SIR for additional locations
- Zip Code: 22202
- Country: UNITED STATES
- Zip Code: 22202
- Record
- SN01184715-W 20061123/061121220224 (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 |