MODIFICATION
R -- Office of Health Affairs SETA
- Notice Date
- 9/21/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- OHA_SETA
- Point of Contact
- Christopher Wallis, Phone: 202-254-6718, Tisha W Blue, Phone: 202-254-6751
- E-Mail Address
-
christopher.wallis@dhs.gov, tisha.blue@dhs.gov
(christopher.wallis@dhs.gov, tisha.blue@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This Special Notice is updated to inform interested parties that the Government anticipates conducting two procurements to fulfill the BioWatch SETA requirement, with one procurement being set aside for small business and one being conducted on a full and open basis. The anticipated scope of the small business set aside encompasses business, communications, BioWatch portal maintenance (e.g., content management, access management, and customer support services), and existing laboratory and field operations support to include jurisdictional coordination. The anticipated scope of the full and open competition encompasses public health/epidemiology support, quality assurance/control, and Generation-3 systems engineering, test and evaluation, logistics, and deployment and operations support. A draft of the solicitation for the small business set aside is anticipated to be released in the first quarter of FY12. Additionally, the Government anticipates holding an industry day following release of the draft solicitation to provide industry with a better understanding of the requirement. The contract type of the small business set aside is anticipated to include a Cost Plus Incentive Fee line item for day-to-day support and a Time and Materials item for surge support. Interested vendors within the small business community are reminded that for cost type contracts a contractor must have an adequate accounting system per FAR 16.301-3(a)(1). Evidence of an adequate accounting system would include a written opinion or other statement from the cognizant federal auditor (CFA) or the cognizant federal agency official (CFAO) that the system is adequate. A collocated workforce is considered vital to the successful management and operations of the BioWatch program. Accordingly, potential small business vendors are also notified that the primary place of contract performance will be Department of Homeland Security offices located in the Washington DC metropolitan area. A secondary place of performance will be the contractor's facility, which must be in proximity to the Washington DC metropolitan area to facilitate coordination with federal government personnel. It is anticipated that the contract will include separate on-site (Government facility) and off-site (Contractor facility) labor rates and indirect rates to accommodate separate billing for on-site and off-site performance. Additionally, potential small business vendors are notified that contract performance will require that the *prime contractor* possess a Secret Facility Clearance (S-FCL) and staff with Secret Personnel clearances. A S-FCL held by a team member or subcontractor will not be transferable to the prime contractor. Teaming and/or the formation of Joint Ventures among small businesses will be permitted in accordance with FAR 19.101(7). NOTE: To create a valid teaming arrangement or joint venture all members of the team or joint venture must be small businesses. A joint venture between a large business and a small business is impermissible. Additionally, an other than small business (OTSB) cannot be affiliated with the small business. If affiliation is found, small business size standards cannot be met. Business concerns are affiliates of each other if one has the potential to control the other. Subcontracts with OTSB will be permitted subject to FAR 52.219-14, Limitations on Subcontracting. Please note that a solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. Please continue to monitor FedBizOpps for updates on the BioWatch SETA acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/OHA_SETA/listing.html)
- Place of Performance
- Address: 245 Murray Lane, Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN02586609-W 20110923/110922000450-eb6f5ea9cbb1660a04938cdc139ce6c5 (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 |