MODIFICATION
R -- Strategic Management Support Services
- Notice Date
- 2/20/2007
- Notice Type
- Modification
- NAICS
- 541611
— Administrative Management and General Management Consulting 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-ACQ913
- Response Due
- 2/20/2007
- Archive Date
- 3/7/2007
- Point of Contact
- Quyen Diep, Contract Specialist, Phone 571-227-2997, Fax 571-227-2913, - Marvin Grubbs, Contracting Officer, Phone 571-227-1581, Fax 571-227-2913,
- E-Mail Address
-
Quyen.Diep@dhs.gov, Marvin.Grubbs@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation procurement and a total small business set aside. The Request for Proposal (RFP) number HSTS03-07-R-ACQ913 is to establish multiple Blanket Purchase Agreements (BPAs) to obtain Strategic Management Support Services for the Transportation Security Administration. **************************************************************** This procurement will be conducted using the Transportation Security Administration Acquisition Management System (TSAAMS). Interested parties may learn more about the Acquisition Management System at http://fast.faa.gov. TSA is exempted from the Federal Acquisition Regulation (FAR) by the Aviation and Transportation Security Act (ATSA ? Public Law 107-71) and empowered to use TSAAMS by the same authority. **************************************************************** All interested vendors must contact TSA's Office of Acquisition (OA) for a copy of the RFP, which contains the instructions, Statement of Work, Past Performance Survey, and Non-Disclosure Agreement. The RFP contains all Evaluation Factors that will be used by TSA in considering the technical merit of each response. The RFP also contains instructions on the format of responses, including page length. All interested offerors are hereby made aware that in order to be considered, they must submit a technical and price proposal that covers all aspects of the SOW, not selected parts of the SOW. However, TSA is willing to consider the merit of any proposed subcontracting or teaming arrangements meeting the Limitations in Subcontracting requirements. TSA's primary point of contact is Ms. Quyen Diep, who can be reached at 571-227-2997 or e-mail at Quyen.Diep@dhs.gov. If Ms. Diep is not available, please contact Mr. Marvin Grubbs at 571-227-1581 or e-mail at Marvin.Grubbs@dhs.gov. Please contact Ms. Diep NO LATER THAN February 9, 2007 to receive a copy of the RFP via e-mail only. Any questions about this synopsis/solicitation shall be directed in writing to Ms. Diep. The deadline to submit a technical and price proposal is indicated in the RFP letter and will not be extended unless the Contracting Officer determines that an extension is necessary to maintain the competitive nature of the procurement. **************************************************************** AMENDMENT 09 TO RFP HSTS03-07-R-ACQ913: The purpose of this amendment is to extend the due date for proposals, to add a condition to the RFP and to provide clarifications to earlier responses. A) The due date for proposals is extended to Wednesday, February 28, 2007 at 2:00 PM EST. B) The following condition regarding subcontracts is added to the RFP under Section XV. Special Notes: The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification. Consent is always required for such change and shall include the following information: (1) A description of the supplies or services to be subcontracted. (2) Identification of the type of subcontract to be used. (3) Identification of the proposed subcontractor. (4) The proposed subcontract price. (5) The subcontractor?s current, complete, and accurate cost or pricing data and Certificate of Current Cost or Pricing Data, if required by other contract provisions. (6) The subcontractor?s Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by other provisions of this contract. C) This amendment provides clarifications to two questions and responses publicized under Amendment 08 (posted February 16, 2007). Hereafter, no additional questions or clarification requests will be addressed by TSA. ***Amendment 08, Question 4: On RFP page 5 of 24, Section IV, reference is made to "12-pitch" type font. I am assuming that should read 12-point font. Is that correct? Also, does the 12-point font restriction apply to all text within a graphic? Amendment 08, Answer 4: No, the font requirement does not apply to all text within a graphic. Clarification: The above answer is corrected to say the font requirement applies to all text, tables and graphics, including text within a graphic. *** Amendment 08, Question 5: Are you only requiring pricing from the prime? Amendment 08, Answer 5: No, pricing from the prime and subcontractors, if any, is required for any work that may ever be ordered under the BPA(s). Clarification: Offerors may choose to propose the Pricing Schedule using blended labor rates, individual prime and subcontractor rates or any other method they choose. However, offerors must provide price or other data to substantiate their proposed rates, including evidence supporting burdens such as G&A. Additionally, in the case of a team arrangement, the Pricing Schedule must demonstrate the offeror is in compliance with the Limitations in Subcontracting clause (i.e. 51% of the cost of the work will be performed by the prime small business contractor).
- Place of Performance
- Address: Transportation Security Administration, 701/601 South 12th Street, Arlington, VA
- Zip Code: 22202
- Country: UNITED STATES
- Zip Code: 22202
- Record
- SN01234975-W 20070222/070220220211 (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 |