MODIFICATION
R -- Admin Support for Personnel Security
- Notice Date
- 3/24/2014
- Notice Type
- Modification/Amendment
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- HSBP1014R0018
- Archive Date
- 4/29/2015
- Point of Contact
- Darlene C, Leavell, Phone: 8178688638, Susan Hargett-Evans,
- E-Mail Address
-
darlene.leavell@dhs.gov, Susan.Hargett-Evans@dhs.gov
(darlene.leavell@dhs.gov, Susan.Hargett-Evans@dhs.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Amendment 002 Purpose: To correct NAICS and answer questions received from vendors. Amendment 002 Purpose: To clarify the correct NAICS for this acquisition and to address questions received from vendors: 1. Question: The RFP for solicitation HSBP1014R0018 has the NACIS code 561611 Investigation Services $7M size standard, but the SBA.Gov list NACIS Code 561611 as size standard $19M. Can you confirm the NACIS code and size standard for solicitation HSBP1014R0018? Answer: The correct NAICS is 561110, Administrative Service Size Standard $7.0 all references to NAICS should read 561110. 2. Question: Vol. I has very little management requirements. Is the intent that Management Approach and Plan be addressed in Vol. II? Answer: The Management Approach and Plan would be addressed in Volume II, Tab C 3. Question: There appears to be a mismatch in volume labels in Section III.3 - Proposal Submission - where Volume II is called "Past Performance and Corporate Experience," whereas Section III.3.B Volume II is labeled Management Plan/Past Performance. Would the Government clarify the correct label for Volume II? Answer: Volume II - Past Performance & Corporate Experience 4. Question: Would the Government consider expanding upon the evaluation criteria for this solicitation; we are not able to determine Non-price Evaluation Factors and sub factors. Answer: No. It is the responsibility of the vendor to read, understand the SOW and then produce a proposal that spells out how they will meet the requirements. 5. Question: W ho is the incumbent contractor and what is the current budget paid for those services? Answer: The incumbent's information was furnished in Amendment 001. 6. Question: I presume that DHS would not object to my firm continuing the employment of current performing personnel should my firm win the contract? In that regard, should my firm win, will DHS permit contact by my firm with the current person? Answer: CBP only concern is that contractor's employees meet the terms and condition of the solicitation. Contact with current employees does not involve CBP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1014R0018/listing.html)
- Place of Performance
- Address: Sentinel Square, 90 K Street NE, Washington, District of Columbia, 20229, United States
- Zip Code: 20229
- Zip Code: 20229
- Record
- SN03318798-W 20140326/140324234932-b7f08dd1a5604e2fd71d0101b14b2636 (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 |