Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
MODIFICATION

D -- Please find the questions and answers for Solicitation Number W81K04-12-R-0040 below

Notice Date
7/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, TX 78234-5074
 
ZIP Code
78234-5074
 
Solicitation Number
W81K0412R0040
 
Response Due
7/18/2012
 
Archive Date
9/16/2012
 
Point of Contact
lornia.villalobos@us.army.mil, 2102953699
 
E-Mail Address
Center for Health Care Contracting
(lornia.villalobos@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
QUESTIONS and ANSWERS 28 June 2012 Question 1. Is this a new or follow on requirement? If it is a follow on, please let us know the current contract number and incumbent name? Answer 1. This is a consolidation of three different prior contracts. Those contract numbers are: W81K04-10-C-0011 W91QUZ-07-D-0003-ZQ01 W81K04-11-F-0035 Question 2. Proposal submission is email or hard copy ? Answer 2. As mentioned on page 52, paragraph 52.212-1(a)(2), e-mail submissions will not be accepted. Question 3. I was wondering if you have a contact that I can reach out to at MEDNOSC to present XXX Security as a possible solution to the above subject? Answer 3. This is a competitive 8(a) set-aside (see block 10 of the solicitation). Question 4. Can the past performance in Volume III be a mix of references from the prime and major subcontractor or must all citations be from the prime? Answer 4. Three (3) references of similar skills/requirements and can be a combination of the prime and subcontractor's experience. Question 5. Is the TOC and Executive Summary (limited to 2 pages) included in the overall page count of 40 pages or is it in addition to? Answer 5. No, the Table of Contents is not part of the 40 page limitation. Question 6. Please confirm the evaluation criteria is Lowest Price Technically Acceptable and not Best Value. Answer 6. Proposals will be evaluated using lowest price technically acceptable criteria. Question 7. In Exhibit G - what do the last 2 columns represent, specifically the 8 and 12? What measurements are the 8 and 12? Hours? Answer 7. Please see paragraph 1.11 regarding On-Call and Maintenance Window Support. The 8 and 12 reference is the estimated on-call and maintenance window hours of support that is referenced in paragraphs 5.5, 5.6 and 5.7. Question 8. We are located in Mumbai, India. We are interested in participating in the tender mentioned above hence want to get more information about the same. Considering the geographical constraint of personally reviewing the document, I request you to provide us the following details before we buy the document: Answer 8. This requirement is set aside for companies that are part of the United States Small Business Administration's (SBA) 8(a) program. Question 9. On page 52 of 127, paragraph (3) states that one (1) original and three (3) sanitized copies. Then in each paragraph that discusses each volume, there is a different requirement for each volume as follows: Volume I - one (1) original Volume II - one (1) original + four (4) sanitized copies Volume III - one (1) original + two (2) copies Volume IV - one (1) original + two (2) copies Please clarify how many copies of each are required for each volume. Answer 9. Proposal Volumes shall be submitted in the quantities as stated in the RFP Question 10. Please clarify how much time will be provided post award to achieve IAT Level III certification, particularly concerning incumbent personnel. Answer 10. Paragraph 1.4.1 will be revised in a forthcoming amendment to indicate that the certifications referenced in 1.4.1 are required upon award. However, Appendix B has been revised to specify that IT Security Designation and IA Technical Designation have revised to IT-II. The amendment will be issued by 6 July 2012. Question 11. Vendor X requests an extension of the "offer Due Date (Block 8) from 12:00 PM 18 Jul 2012 to 12:00 PM 31 Jul, 2012. The basis for this request lies in the RFP itself and the complexity in developing a plan to address the "lack of skilled security technicians" in the San Antonio area. Our preliminary survey of the San Antonio market indicates that a response that answers the concerns and requirements of the Government would require extensive recruiting and training development as part of the RFP. Industry requires that time to be fully compliant and deliver complete proposals that would be in the best interest of the government. An extension of the "Due date" would be appreciated. Answer 11. The RFP due date will NOT be extended. Question 12. On Page 55 of the solicitation is the discussion regarding the Staffing Approach. Is it the government's intent that offerors provide r sum s of personnel who will fill each of the positions on the contract? If the answer is Yes, will the government also require letters of intent from these respective personnel? Answer 12. The Government is not requesting resumes. Question 13. Is the Executive Summary a part of the Technical Volume page count? Answer 13. The Executive Summary is not part of the 40 page count limitation. Question 14. In the Instructions to Offerors under Paragraph (B) it is stated that the Technical Volume should be no more than 40 pages. However, under (2) Sub-Factor: Operational Approach, subparagraph (f) the offeror is to provide ITIL documentation for IT services with 3 samples not to exceed three pages within the 50 page limit. Our questions are these: (1) are the ITIL documentation examples to be three pages total or three pages each, and is the total volume limit 40 pages or 50? Answer 14. The page limitation for the technical volume is increased to 50. Question 15. Will an extension be granted due to the quick turn around and the 4th of July holiday? Answer 15. An extenstion will not be granted. Question 16. Why wasn't the incumbent given all their option years on the contract? Answer 16. The Government in-sourced several of the positions that were previously provided by contractor support. This in-sourcing changed the requirements drastically, which resulted in the reorganization of the MEDNOSC. Question 17. Is this new requirement ? or Any incumbent is currently working on this contract? Answer 17. See Question No. 1 Question 18. We are graduating from SBA 8(a) program in August 2012, are we still qualified to bid on this proposals? Answer 18. If your company is in the 8(a) program prior to 22 Aug 12, your company is eligible to participate. However, you should your cognizant SBA Small Business Office regarding the option years for this effort. Question 19. Page 126 of 127, Attachment 4 - Past Performance Questionnaire. Will the Government provide a MS Word version of Attachment 4, Past Performance Questionnaire? Answer 19. No, the Government will not provide MS Word versions of the Past Performance Questionnaire. Question 20. Page 55 of 127, Section L, vii, Volume III Past Performance. Will the Government clarify where Past Performance Questionnaires should be sent? Answer 20. Past Performance Questionnaires can be e-mailed to lornia.villalobos@us.army.mil or aubrey.b.lewis@us.army.mil. Question 21. Page 52 of 127, Instructions to Offerors, (b) (1) Early Past Performance Questionnaire Submission is encouraged. Submit the Past Performance Questionnaires (Attachment 4) to the address in the SF 1449, Block 9, on or before the date specified in the SF 1449. In order for our PPQ Point of contact to save money in postage and guarantee delivery, can they send PPQs electronically to Lornia.villalobos@us.army.mil? Answer 21. See Question 22. Question 22. Page 54 of 127, Instructions to Offerors. In order for FedEx to ship our offeror, they require a phone number for the recipient. Will the Government provide a phone number for Mr. Aubrey B. Lewis? Answer 22. Please contact either Ms. Lornia Villalobos at 210-295-3699 or Mr. Aubrey B. Lewis at 210-295-3698. Question 24. Page 54 of 127, vi. VOLUME II, (B), "The Technical volume shall not exceed 40 pages and contain no reference to the price or cost data. Each subfactor must be tabbed and identified in the index. Key points to address the subfactor should also be indexed as a sub-index in accordance with each subfactor identified below:" Does the 40 page limitation include the Table of Contents and Executive Summary? Can the Government exclude Table of Contents, Executive Summary (no more than 2 pages), and the cover page from the page limitation? Answer 24. See Questions 13 and 14. Question 25. Page 55 of 127, (3) Sub-Factor: Staffing Approach, "(a) Identify the key personnel / labor categories (positions essential for contract performance) deemed necessary to satisfy the requirement of the PWS. Explain how key personnel fit into the overall organization and describe the proposed responsibilities for each position. Identify key personnel and the qualifications of "key personnel" which is commensurate with the size and scope of PWS requirements. At a minimum, the qualifications shall include education, professional experience, and specific experience. Include an organization chart of the key personnel." Will the Government clearly identify which Labor Categories they consider "Key Personnel"? Also, in what volume shall the offeror put the resumes? If it is in Volume II, will the Government consider excluding resumes of the page count? Answer 25. The Government deletes the requirement for qualifications, experience and education to be submitted for key personnel. Question 26. Due to Government requesting key personnel's resume, can the Government provide a two week extension for our recruiters to find qualified candidates? Answer 26. See Question 26 above. Question 27. Page 55 of 127, (2) Sub-Factor: Operational Approach (f), "Provide a sample of the Offeror's ITIL documentation for Information Technology services to support Network Operations Security Center, Enterprise Network Engineering and Planning, and Host Based Security Systems operations and sustainment. Each of the three samples is not to exceed 3 pages within the Factor's 50 page limit." Will the Government clarify between the 40 page limitation of the technical and the sample's 50 page limit? Answer 27. See Questions 13 and 14 above. Question 28. Is there a current incumbent supporting this effort? Answer 28. See Question 1. Question 29. Are they still eligible to participate in this solicitation as an 8(a)? Answer 29. If the incumbent is an 8(a) concern, they are eligible to propose on this effort. Question 30. What was the period of performance and amount of the award for the current effort? Answer 30. The current contracts expire on 21 Aug 12. Question 31. How did the incumbent perform on the current? Answer 31. The Government will not respond to this questions as it is considered past performance information relative to each respective contractor. Question 32. The RFP requires on page 52 one original and three sanitized copies of each volume; but on page 54, it says Volume II is one original and four sanitized while on page 55 Volume II is one original and two copies (same thing for Volume IV on page 56). Can the government clarify these conflicting requirements? Answer 32. See Question 9. Question 33. Are there any restrictions on using the USAMITC logo in our proposal response? Answer 33. The USAMITC logo cannot be used. Question 34. Is the Past Performance Questionnaire to be completed by at least three, or a maximum of three prior clients? a. Page 56, Instructions to Offerors - vii. Volume III - Past Performance says: "The Offeror must complete their portion of the past performance questionnaire and email the questionnaire to at least three (3) customers for whom....." b. Page 69, Evaluation Factors for Award - 5. Past Performance Factor says: "The offeror shall submit current and/or past performance information for up to three (3) contracts the offeror considers....." Answer 34. See Question 20. Question 35. The Past Performance Questionnaire submission instructions declare it is to be submitted to the address in the SF 1449, Block 9. Is it acceptable to submit the Past Performance Questionnaire electronically? Answer 35. Question 20. Question 36. Exhibit A: Security Clearance and Computing Environment Certifications and Elevated Privileges Matrix (PWS paragraph 1.4.1) does not address the labor category of Advanced Network Operations Services support staff. Please provide guidance on the requirement for this role Answer 36. This answer will be provided in the amended solicitation. Question 37. Will the Government clarify the page limitation for Volume II - Technical Proposal? a. On page 55 the RFP states: "(f) Provide a sample of the Offeror's ITIL documentation for Information Technology services to support Network Operations Security Center, Enterprise Network Engineering and Planning, and Host Based Security Systems operations and sustainment. Each of the three samples is not to exceed 3 pages within the Factor's 50 page limit b. On page 54 the RFP states: "(B) The Technical volume shall not exceed 40 pages and contain no reference to the price or cost data. Answer 37. See Questions 13 and 14. Question 38. Does the Times New Roman font requirement apply to graphics used in the proposal Answer 38. No, it does not. Question 39. I am writing to find out if this contract has an incumbent or if this is new work. Answer 39. See Question 1. Question 40. RFP p. 52, paragraph (b)(3): this paragraph states that "The Offeror's proposal shall consist of four (4) Volumes--consisting of one (1) original and three (3) sanitized (exclude any information that would identify them or their company (i.e., name, address, telephone numbers, employees' names, etc.)." Later on pp. 53-56, there are specific instructions for each of the 4 volumes, with only Volume II specifically requiring sanitized copies. We request confirmation from the Government that only Volume II requires sanitized copies. Answer 40. Only Volume II requires sanitized copies. Question 41. RFP p. 56, paragraph viii: the instructions for Volume IV reference completing the Labor Category Price Spreadsheet (Attachment 2). Should this reference be Attachment 3 instead of Attachment 2. Answer 41. Yes, it should be Attachment 3. Question 42. RFP Attachment 3: the spreadsheet is configured such that the costing is reflective of the bidder performing the RFP SOW solely with W2 employees. However, there may be a need for the bidder to subcontract some aspect(s) of the SOW during the life of the contract. Will the Government allow bidders to utilize subcontractors during the contract period of performance, even though Attachment 3 will be completed and submitted reflective of solely using W2 employees? Answer 42. Yes, prime contractors can subcontract portions of the work. Question 43. RFP Attachment 3: should separate Attachment 3's be completed and submitted, one per CLIN? If not, should the single Attachment 3 completed and submitted reflect the sum of all labor costs for all CLINs in the RFP? Answer 43. A single Attachment 3 can be completed for each period. Question 44. Basis of Award on page 68 of 127 states, "This is a Lowest Priced Technically Acceptable (LPTA) source selection. The Government intends to award a contract resulting from this solicitation to the responsible Offeror whose proposal meets the acceptability standards for non-cost factors. The Source Selection Authority (SSA) will make the LPTA determination after an integrated assessment of three (3) evaluation factors. Those three (3) factors are: Technical, Past Performance, and Price. Price will not be given a score. It will be reviewed for adequacy, realism, possible mistakes, and eligibility for award and evaluated for reasonableness. However, Price Proposal Factors on page 70 of 127 states, "Reasonableness is evaluated by assessing the acceptability of the Offeror's methodology in developing price/cost estimates. For the price/cost proposals to be reasonable, it must represent a price/cost that provides the best value to the Government when consideration is given to prices." Is this an LPTA award or a "Best Value" award? Answer 44. Proposals will be evaluated using lowest priced technically acceptable criterion. Question 45. On Page 56 of the RFP, under viii. VOLUME IV -Price, Section C. It states the following: (C) Proof of financial capability: Include complete financial statements for the last three years and the year-to-date through the last quarter available. The financial statements shall include the balance sheet, income statement, statement of cash flows, and notes to the financial statements. If audited, reviewed, compiled or certified financial statements are available, these shall be submitted. Financial capability information shall be submitted with the company name intact. Also, include a detailed statement of any financial aid now in existence or that will be requested from the Government in the event of a contract award. Contractor is a newly formed 8a JV. What will be the requirements for the submission of financials? Answer 45. The Government deletes the requirement for proof of financial information to be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K0412R0040/listing.html)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68 Fort Sam Houston TX
Zip Code: 78234-5074
 
Record
SN02795290-W 20120707/120705235719-c315faf419596b8e97de975cf392873f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.