MODIFICATION
R -- Domestic Technical, Operational and Professional Services
- Notice Date
- 10/10/2006
- Notice Type
- Modification
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2006-N-09171
- Response Due
- 11/23/2006
- Point of Contact
- Sheila Dolan, Contract Specialist, Phone 770-488-2635, Fax 770-488-2688,
- E-Mail Address
-
sdolan@cdc.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The estimated date for the release of the Request for Proposal (RFP) has changed. RFP 2006-N-09171 will be posted on-line at www.fedbizopps.gov on or about December 01, 2006. All questions regarding this solicitation shall be submitted in writing. No telephone calls will be accepted. All questions and answers will be posted in an amendment to the solicitation. The response cut-off date for questions will be posted in the solicitation.he facility and taking such other action as appropriate. If unusual behavior and conditions threaten the orderly conduct of business occurring during the course of an assignment, the Contractor will be responsible for removing the individual from the facility and taking other action as appropriate. If the Contractor personnel must speak and read in a language other than English, or have other required skills, the Government will state those requirements in the task order request and subsequent task order. 5. Training The Contractor, at its own expense, shall perform training, except: The Government will provide orientation and training on specific department, unit, site, programs or education requirements, policies, and procedures peculiar to the work to be performed by the Contractor. If the Contractor changes employees during the performance of tasks frequently enough to interfere with Government operations and impose a burden on Government training staff, the Contractor will be subject to training cost negotiation, in addition to review of whether performance levels have been met. Limited training of Contractor employees may be authorized (i.e., when the client changes software systems during the performance of an ongoing task and it is determined to be in the best interest of the Government to retain a Contractor employee for corporate experience and familiarity with the project in progress.) The Government will not authorize training for Contractor employees to attend seminars, symposiums, or user group conferences unless certified by the Contractor that attendance is mandatory for the performance of task requirements and such training is approved in advance by the Project Officer. Training at Government expense shall not be authorized for replacement personnel for the sole purpose of keeping Contractor employees abreast of advances in the state-of-the-art technology or for training Contractor employees on equipment, computer languages, and computer operating systems for which training is available on the commercial market. When the Government has given prior approval for training to meet special requirements that are peculiar to a particular task order, the Government will reimburse the Contractor for tuition, travel, and per diem as required in accordance with Federal Travel Regulations, as well as for labor hours at the rate designated in the task for the particular skill level. The Contractor shall assume full responsibility for keeping Contractor employees abreast of advances in state-of-the-art technologies. 6. Workload Management The Contractor shall implement management systems and controls for recording and monitoring workloads for all tasks. This system shall include a means for acquiring signed time cards (by the point of contact on the task order) to be submitted with invoices for firm fixed price and cost reimbursement task orders. The systems shall be capable of providing historical and in-process workload data segregated by task order. 7. Transition and Succession The Contractor shall have a transition and succession plan that demonstrates the capability to ensure a smooth transition with current contracts and/or successor contracts with a minimum of disruption to customer services. Within 15 calendar days of contract award, the Government will meet with the Project Officer to identify Contractor employees who have provided services to various customer agencies under other contracts that may be transitioned to this contract. Determinations will be made in cases where there is some question as to whether a person would be continuing to perform the same or substantially the same service for CDC. At the end of the contract period, the Contractor may be required to continue performance to complete tasks (as compared to level of effort task orders) issued prior to the effective date of any successor contract, unless terminated by the CO. The Contractor shall also be expected to work with the follow-on Contractor(s) to ensure a smooth transition. This is a competitive small business set-aside. The CDC will award a single Indefinite Delivery/Indefinite Quantity (IDIQ) task order contract. The contract period of performance will be five (5) years from date of award. The North American Industry Classification Standard (NAICS) code is 541990. The incumbent contractor is ATA Services, Inc, POC: Phil Bogema, 165 S Union Blvd, Ste 350, Lakewood, CO 80228-8224. Contract Number: 200-2006-16450, 8(a) set-aside Contract Value: $3,000,000.00 NTE Request for Proposal (RFP), 2006-N-09171, will be available only by downloading at this internet site: www.fedbizopps.gov. The RFP will be posted on or about October 23, 2006. The anticipated award date is December 2006. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-AUG-2007, 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/HHS/CDCP/PGOA/2006-N-09171/listing.html)
- Place of Performance
- Address: Continental United States (CONUS)
- Record
- SN01375840-F 20070818/070816230426 (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 |