May 14, 2002

NOTICE TO ALL OFFERORS:

REFERENCE: RFP-DCS-02-21
Amendment No. 2

Additional information has been requested by prospective offerors and it has been determined by the Contracting Officer that this information be made available to all bidders. The information is provided in the attached SF-30. The closing date and time for receipt of proposals remains May 31, 2002 at 2:00 P.M. local time.

Keith A. Bond
KEITH A. BOND
Contracting Officer

Attachments

 

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

1. CONTRACT ID CODE
 

PAGE OF PAGES

 1

|

 

2. AMENDMENT/MODIFICATION. NO.
 
3. EFFECTIVE DATE
 
4. REQUISITION/PURCHASE REQ. NO.   
 
5. PROJECT NO. (If applicable)
 
6. ISSUED BYCODE
 
 U.S. Department of Labor, ETA/OGCM
 Division of Contract Services
 200 Constitution Avenue, NW
 Room S-4203
 Washington  DC  20210
7. ADMINISTERED BY
(If other than Item 6)
CODE
 
 U.S. Department of Labor, ETA
 
 200 Constitution Avenue, NW
 Room C-4310
 Washington  DC  20210
8. NAME AND ADDRESS OF CONTRACTOR  (No., street, county, State and ZIP Code)   
 
 
 
 To all Offerors/Bidders 
 
 
 
 
       

CODE   FACILITY CODE  

(X)

 X
 
9A. AMENDMENT OF SOLICITATION NO.
 RFP-DCS-02-21

9B. DATED (SEE ITEM 11)
 5-14-2002

10A. MODIFICATION OF CONTRACT/ORDER NO.
 
     

10B. DATED (SEE ITEM 12)
 

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATION

 X
The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers
 
is extended,
 X
is not extended.  Offers must acknowledge receipt of this amendment prior
 to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning   copies of the amendment;(b) By acknowledging receipt of this amendment of each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.            
12. ACCOUNTING AND APPROPRIATION DATA (If required)

   

   

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(X)

 

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO:  (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
   

 

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES  (such as changes in payng office, appropriation date, etc.)
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103 (b).

 

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

 

 

 

D. OTHER (Specify type of modification and authority)

 

 

E. IMPORTANT:  Contractor
 
is not,
 
is required to sign this document and return      copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
 
 
 
 
 
 
 
 
 
 
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER   (Type or print)
 
 
16A. NAME AND TITLE OF CONTRACTING OFFICER    (Type or print)
 KEITH A. BOND  
 
15B. CONTACTOR/OFFEROR

 

(Signature of person authorized to sign)

15C. DATE SIGNED
16B. UNITED STATES OF AMERICA

BY  

(Signature of Contracting Officer)

16C. DATE 
      SIGNED
 
 STANDARD FORM 30   (REV. 10-83)

 

CONTINUATION PAGE

Request for clarification on RFP-DCS-02-21:

Q (1) The synopsis indicates that two contracts will be issued. Will one be for "...(1) general Federal Budgetary, accounting, and financial and program reporting tasks..." and the other for "...(2) audit, attestation, review, or compilation services..."? Will you consider awarding both contracts to the same firm?

RESPONSE

No, in the event of multiple awards, the same offeror will not be awarded more than one contract.

Q (2) "All offerors including all offerors in each proposal , i.e., Joint Ventures or Prime and Sub-contractor relationships must be Certified Public Accounting firms in good standing with the American Institute of Certified Public Accountants and the state(s) in which they are licensed to practice public accounting. Each proposal should include a copy of each firm's most recent peer review report." My question is, why is their a requirement that the proposed Contractor and their Subcontractors be a Certified Public Accounting firm? Based on the type of work to be performed in the STATEMENT OF WORK, ITEM C.3, the Contractor would be performing day-to-day accounting and budgeting services, and except for Item 6., no attestation services would be required. We are an 8(a) small business, and perform financial consulting services. We are a very qualified organization, but due to the CPA firm requirement, it looks as though our bid would not be acceptable. Am I correct in this assumption, or is there any flexibility in the solicitation?

RESPONSE

No, the Employment and Training Administration (ETA) is seeking the services of qualified certified public accounting firms. All offerors awarded contracts under this solicitation will, in all likelihood, be issued task orders under C.3 MAJOR TASKS TO BE PERFORMED, Number 6. that can be performed by only certified public accounting firms.

Q (3) Do all companies that submit a proposal must have a peer-review even though there will be 2-3 contracts awarded?

RESPONSE

All offerors including all offerors in each proposal , i.e., Joint Ventures or Prime and Sub-contractor relationships must include a copy of each firm's most recent peer review report. Failure to provide this information shall result in the offeror's proposal being determined unacceptable and therefore eliminated from the competition. Firms that have never had a peer review should include a statement to that effect in their proposal and the reason(s) why they have not had a peer review.

Q (4) What geographical locations would be involved?

RESPONSE

All work under this solicitation will be performed at the ETA, national office located in Washington, D.C., except for task orders issued under C.3 MAJOR TASKS TO BE PERFORMED, Number 6. which may or may not involve travel. Therefore, offerors should not propose travel costs and the ETA does not expect to reimburse offerors for travel costs. Travel costs for work performed under C.3 MAJOR TASKS TO BE PERFORMED, Number 6 will be negotiated at the time task orders are issued.

Q (5) Which Federal Programs would be included?

RESPONSE

See ETA programs summarized under solicitation section C.2 INTRODUCTION AND BACKGROUND.

Q (6) Will there be on-site staff and administrative resources provided by the program?

RESPONSE

The ETA, Office of Financial and Administrative Services (OFAS) will be responsible for directing all efforts under this solicitation.

Q (7) Will there be software and equipment provided by the program; and, if so, please describe.

RESPONSE

As discussed in question number 4, all work under this solicitation will be performed at the ETA, national office located in Washington, D.C., except for task orders issued under solicitation section C.3 MAJOR TASKS TO BE PERFORMED, Number 6. which may or may not involve travel. The ETA, OFAS will make available desk space and personal computers for use by contractor staff, except in those instances when travel may be required.

Q (8) L.6. Please clarify information requested (list of relevant contracts) is for offeror and not for key personnel (unless offeror is newly formed without prior contracts).

RESPONSE

Offerors should submit past performance references for key personnel only.

Q (9) L.7.7. Please clarify that the Technical Evaluation Panel will have expertise in contemplated work for ETA OFAS (per C.1.) rather than expertise in employment and training programs administered by DOLETA.

RESPONSE

The Technical Evaluation Panel will have the expertise required for the evaluation of all offers.

Q (10) L.8. Can GSA Schedule be used in place of Part 3 (J.7. J.3., and Accounting System Certification)?

RESPONSE

No

Q (11) L.9.(1) and M.3.A.3. Please clarify when letters of commitment are needed. Are they to be submitted with the proposal? Or are we to wait until we are notified that we have made the "competitive range"?

RESPONSE

Letters of commitment should be submitted for the five (5) presenters participating in the oral presentation (excluding observers). Olso, per solicitation section L.9, Letters of Commitment are to be submitted for the key personnel of all offerors that are included in the competitive range.

Q (12) The synopsis indicates a period of performance of 12 months. What is the anticipated level of effort (LOE) for each potential contract?

RESPONSE

This is a indefinite quantity/labor hour type task order contract. The level of effort will be negotiated per individual task order.

Q (13) Morgan Franklin has GSA schedules available to perform this type of work. Would your agency consider use of a GSA vehicle to perform this work under?

RESPONSE

No

Q (14) Is the solicitation a brand new solicitation? In other words, are there incumbents performing the same tasks under a previous contract?

RESPONSE

This is a new solicitation. There is no incumbent.

Q (15) If there are incumbents, will the agency provide the names and contact information, burdened rates charged per labor category and hours per year per labor category expended by the incumbents?

RESPONSE

See Question 14.

Q (16) Does the agency prefer a teaming agreement with small minority business? (a) Will factors such as a small minority woman-owned business, small business and minority business have greater bearing in the award of the contract? (b) If so, can the agency enlighten us in order of importance when awarding according to these categories?

RESPONSE

The offeror should use their business judgment in responding to this question. (a) No.

Q (17) What will be the winning factors and in order of importance will the government use to award the contract?

RESPONSE

See Section M.2 of the solicitation. BASIS FOR AWARD.

Q (18) The NAICS code for this solicitation is 541219-accounting, except CPA's. However, I read in the document Part I, section H, Number 27 states that all offerors must be a CPA firm in good standing. (a) Is this binding? (b) Are you only excepting proposals from CPA firms? (c) If so, does this also exclude HBCUs listed in the numbered notes?

RESPONSE

The North American Industry Classification System (NAICS) code is hereby changed to 541211 with a $6 million size standard.

(a) Yes.
(b) Refer to SECTION H.27 - SPECIAL CONTRACT REQUIREMENTS
(c) Refer to SECTION H.27 - SPECIAL CONTRACT REQUIREMENTS

Q (19) (a) Does this e-mail qualify my company to submit a bid for this contract? The contract requires direct labor hour costs for Partner, Manager, Senior Associate, and Junior Associate. I am a small business basically operating alone with two accounting contractors. (b) Is it necessary to have the aforementioned labor category? I am interested in the contract relating to performing day-to-day Federal budgetary, accounting and financial and program results as opposed to reporting on audit, attestation, review or compilation services. ( c )Can you bid on a portion of the contract? (d) Where exactly under www.fedbizopps.gov and http://www.doleta.gov/sga/rfp.cfm would I find answers to the above questions and if I am placed on the bidders/networking list.

RESPONSE

(a) Your company must be certified as a small business with a size standard of $6 million.
(b) YES
(c) No.
(d) At http://www.doleta.gov/sga/rfp.cfm.

Q (20) What is the expected budgeted dollar volume for the activity(ies)?

RESPONSE

See answer to question no. 12.

Q (21) What is the anticipated number of hours required in each area?

RESPONSE

See answer to question no. 20.

Q (22) Is it acceptable to submit a proposal which would include the utilization of outside contractors?

RESPONSE

Offeror should use their business judgment in responding to this question.

Q (23) Is there the opportunity for our company to perform as a subcontractor to whomever the contract is awarded?

RESPONSE

You would be responsible for contacting the contract awardee for a possible subcontracting opportunity.

Q (24) The labor categories in Attachment J.8 of the solicitation are deleted in its entirety and replaced with Partner; Manager; Senior Associate; and Jr. Associate.

Q (25) Offerors are advised to read the terms and conditions of the solicitation carefully prior to responding.