Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2017 FBO #5581
MODIFICATION

R -- Contractor Logistics Support - Amendment 1

Notice Date
3/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-R-0006
 
Response Due
3/24/2017 2:00:00 PM
 
Point of Contact
Tiffany Nosti,
 
E-Mail Address
tiffany.n.nosti.civ@mail.mil
(tiffany.n.nosti.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revise PWS for Task Order 0001 For Informational Purposes Only Revised CLS Pricing Workbook Revise DD 254 Revised Attachment 0003 Labor Category Definitions Amendment 0001 to solicitation W15QKN-17-R-0006 AMENDMENT 0001 SOLICITATION W15QKN-17-R-0006 The purpose of Amendment 0001 to Solicitation W15QKN-17-R-0006 is to: 1. Update Section A, to include the response date and time, which remains unchanged from the date/time shown on FedBizOpps of 24 March 2017 2:00 PM EST. 2. Update Section A to include an alternate Point of Contact (POC), Tina G. Gopon Contracting Officer tina.g.gopon.civ@mail.mil. All correspondence should include both POCs. 3. Update Section C, Performance Work Statement (PWS) paragraph 5.1.1 by deleting the following statement: "The Contractor may occupy office space within the Fort Leonard Wood Army Installation if coordinated with and approved by the COR and KO." 4. Change Section H, FROM: "The Performance Work Statement for Task Order 0001 is provided for informational purposes only to facilitate the award of the first task order. The Government intends to award the first task order within two (2) weeks of contract award." TO: The Performance Work Statement for Task Order 0001 (Attachment 0063) is provided for informational purposes only to facilitate the award of the first task order. The Government intends to award the first task order within two (2) weeks of contract award." 5. Update Section L, paragraph 3.3.1.c. FROM: "As a requirement under the CLS solicitation, all Offerors must submit Reps/Certs data into the System for Award Management (S.A.M.) at https://www.sam.gov/ and provide one (1) hard copy and one (1) previously submitted with the proposal." TO: "As a requirement under the CLS solicitation, all Offerors must submit Reps/Certs data into the System for Award Management (SAM) at https://www.sam.gov/ and provide one (1) hard copy and one (1) electronic copy (on CD) submitted as an.XPS file. Any Offeror that has previously submitted Reps/Certs data into SAM is reminded to update the data prior to submitting with the proposal." 6. Update Section L, paragraph 5.2.2 FROM: "Offerors shall submit a list of all recent Government contracts (prime and major subcontracts) in performance or awarded to the Offeror and any of its major subcontractors within the past three (3) years, or awarded earlier than three (3) years ago, but for which deliveries/performance occurred or were scheduled to occur within the past three (3) years, which are relevant to the effort required by the solicitation." TO: Offerors shall submit a list of all recent Government contracts (prime and major subcontracts) in performance or awarded to the Offeror and any of its major subcontractors within the past five (5) years, or awarded earlier than five (5) years ago, but for which deliveries/performance occurred or were scheduled to occur within the past five (5) years, which are relevant to the effort required by the solicitation." 7. Update Section L, paragraph 5.1.1(d) FROM: "The Offeror shall provide descriptions of their Management ability to recruit, hire, and retain skilled qualified CENTCOM Field Service Representatives (FSR) as it relates to the activities, documentation, and timing cited in Attachment 0002 of the PWS. The Offerors ability to provide uninterrupted high quality personnel coverage for CONUS & OCONUS, and Theater work, including their ability to quickly deploy personnel for unplanned Theater requirements and maintain continuity of services in the midst of personnel disruptions such as sickness, leave, and terminations." TO: "The Offeror shall provide description of their Management's ability to recruit, hire and retain skilled qualified personnel to ensure a stable workforce especially as it relates to the activities, documents and timing to process a Field Service Representative (FSR) for deployment to each CENTCOM AOR country cited in Attachment 0002 of the PWS. The Offerors shall provide descriptions of their ability to provide uninterrupted high quality personnel coverage for CONUS & OCONUS, and Theater work, including their ability to quickly deploy personnel for unplanned Theater requirements and maintain continuity of services in the midst of personnel disruptions such as sickness, leave, and terminations." 8. Update Section L, paragraph 5.2.2(5)FROM: "The POCs shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contracting Officer and Contract Specialist within thirty (30) calendar days of the release of the RFP, to tina.g.gopon.civ@mail.mil and tiffany.n.nosti.civ@mail.mil." TO: "The POCs shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contracting Officer and Contract Specialist no later than the closing of the solicitation, 24 March 2017 at 2:00 pm EST, to tina.g.gopon.civ@mail.mil and tiffany.n.nosti.civ@mail.mil." 9. Update Section M, paragraph C.3.2. FROM: "For the purpose of evaluating proposals, recent is defined as occurring within the following time standards: 1) occurring within the past three (3) years, or 2) awarded earlier than three (3) year ago, but for which deliveries/performance occurred or were scheduled to occur within the past three (3) years." TO: "For the purpose of evaluating proposals, recent is defined as occurring within the following time standards: 1) occurring within the past five (5) years, or 2) awarded earlier than five (5) years ago, but for which deliveries/performance occurred or were scheduled to occur within the past five (5) years." 10. Update Section M, paragraph C.3.4 FROM: "Based on the Offerors previous and current experience and performance on same or similar services (maximum three (3) years), including the frequency of cost growth and schedule delays, the Government will assess those risks associated with the Offerors past performance." TO: "Based on the Offerors previous and current experience and performance on same or similar services (maximum five (5) years), including the frequency of cost growth and schedule delays, the Government will assess those risks associated with the Offerors past performance." 11. Update Section M, paragraph C.2.2.d FROM: "The Government will evaluate the adequacy and completeness of the description of Managements ability to recruit, hire and retain skilled qualified CENTCOM Field Service Representative (FSR) as it relates to the activities, documentation and timing cited in Attachment 0002 of the PWS. The Offerors ability to provide uninterrupted high quality personnel coverage for CONUS & OCONUS and Theater work, including their ability to quickly deploy personnel for unplanned Theater requirements and maintain continuity of services in the midst of personnel disruptions such as sickness, leave and terminations." TO: "The Government will evaluate the adequacy and completeness of the description of their Management's ability to recruit, hire and retain skilled qualified personnel to ensure a stable workforce especially as it relates to the activities, documents and timing to process a Field Service Representative (FSR) for deployment to each CENTCOM AOR country cited in Attachment 0002 of the PWS. The Offerors shall provide descriptions of their ability to provide uninterrupted high quality personnel coverage for CONUS & OCONUS, and Theater work, including their ability to quickly deploy personnel for unplanned Theater requirements and maintain continuity of services in the midst of personnel disruptions such as sickness, leave, and terminations." 12. Update Section J, replacing "Attachment 0003 LABOR CATEGORY DEFINITIONS", "Attachment 0015 DD 254, DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION", "Attachment 0062 CLS PRICING WORKBOOK" and "Attachment 0063 Task Order 0001 Performance Work Statement (PWS) - For Informational Purposes Only" in their entirety. 13. Answer the following questions from industry: Solicitation Section A: Q1. What is the due date/time of this solicitation. A1. The solicitation is due by 24 March 2017 at 2:00 pm EST. See #1 above. The due date/time has been added to Section A of the Solicitation as well. Solicitation Section B: Q2. Will the Contractor be required to complete and price the CLIN's contained in Section "B" of the solicitation for the 60 month period of the basic IDIQ contract? A2. As stated in Section B, "Offerors are not required to complete Section B of this RFP. Offerors shall submit their proposed fully loaded direct labor rates and indirect rates in Attachment 0062, CLS Pricing Workbook. The labor categories and respective loaded FFP labor rates and indirect rate(s) for Material, Other Direct Costs (ODCs), and Travel will be contractually binding upon contract award and are to be used in pricing task order proposals under the resultant contract." Attachment 0062, CLS Pricing Workbook, includes areas for labor rates to be entered for all five years of the IDIQ contract. Q3. Recommend including Phase-In and Phase-Out CLINs. A3. The Government appreciates this recommendation, however, the Government does not anticipate the need for these CLINs. The Offerors are required to provide a Transition Plan which accounts for any "phase in" period for the Awardee. Q4. Recommend utilizing monthly support CLINs vs. current CLIN structure as PWS states that the Awardee is required to support all systems. A4. Yes, the Awardee must support all systems, however, historically the funding has been allocated separately by the various programs and due to the limitations of DFARS PGI 204.7108 Uniform Contract Line Item Numbering System, this is the best way to ensure proper payment. Q5. Recommend a CLIN for repairs. A5. The Government is responsible for furnishing the Contractor with any/all resupply actions when available spare parts are depleted. Therefore, the repairs being completed are minimal as the equipment has recently been fielded and the Contractor is not responsible for supplying any spare parts. Furthermore, the Contractor personnel under this requirement are paid for a specific period of performance with duties including repair, maintenance, training, and logistics of the PM CCS systems and are not paid/reimbursed for each repair, training, or supply action. This is a Firm-Fixed Price with Cost No Fee CLINs, not a Firm Fixed Price Level of Effort, nor a Time-And -Material effort type contract. The Government has CDRL reports in place for tracking purposes. Solicitation Section C: Q6. Is it the Government's intention to include the Transition Plan referenced in 4.2.1 in the proposal directly into the contract? A6. Yes, as stated in Section L, paragraph 5.1.2 Subfactor 2 Transition Plan, "This Transition Plan shall be incorporated into the contract by reference upon contract award." Q7. The RFP includes Section C Performance Work Statement (PWS) and Attachment 0063 "Task Order 0001 Performance Work Statement (PWS)- For Informational Purposes Only". These two documents appear to be a near mirror image with the exception of the information provided in paragraph 1.1. What is the Government's intent in submitting both Section C and Attachment 0063? Which document takes precedence in our response and subsequent Government evaluation? A7. As stated in Section H, "The Performance Work Statement for Task Order 0001 is provided for informational purposes only to facilitate the award of the first task order. The Government intends to award the first task order within two (2) weeks of contract award." Attachment 0063 is the PWS for Task Order 0001 and is provided for informational purposes only and should not be utilized in developing a response to this Solicitation. Q8. Would the Army consider allowing the vendor to store Fort Leonard Wood (FLW) Government Furnished Property (GFP) and provide a program management office at the contractors' DSS-approved facility located outside the state? A8. The Government's requirement is for the primary operating/supply locations mentioned in the Solicitation. As such, the Government will not consider relocating the GFP to a location outside FLW. Q9. Does the Army have historical data on the number of training events per year? A9. Historical data doesn't necessarily predict future schedules. The base contract projects an average of 3-4 training events per month to include about 8 site lane preparations per year. Task orders will be tailored to reflect anticipated training events by location for the associated period of performance. Q10. Does the Army have historical data on repairs for each system? A10. Spider maintenance site visits would depend on available funding. However, the Government forecasts at least 2 site visits per month at CONUS and OCONUS installations. Maintenance actions for Spider are averaging an additional 2-3 per month for equipment sent to the FSRs or telephone/email support to unit maintainers. For HHI detector equipment, most CONUS/OCONUS units initially coordinate repair actions with the CLS team via telephone or email. As a last resort, equipment is shipped to the FSRs for evaluation/repair and returned to user, accordingly. On average, 3-4 repair actions a month may be anticipated for HHI support. Periodically, at the request of a customer, an FSR mobile team may conduct a site visit to an installation to perform a technical inspection of all their HHI equipment. Refer to Attachment 0006, Sample Format for Field Service Representative (FSR) Event Tracker, for guidance on candidate HHI locations that have been historically supported in this manner. Q11. Is training completed on a scheduled recurring basis or is it associated with unit deployment schedules? Are there other criteria used to determine training frequency? A11. Training schedule is determined by equipment fielding schedule. Refer to Government response to Question 9 herein for guidance. Q12. Are units trained in a single training event or does training require multiple visits to a single location? A12. Training events are typically a one-time activity but may involve several trips to each installation due to unit schedules. Q13. Is the vendor required to include equipment that is located at the CONUS/OCONUS units on the equipment inventory for this contract? A13. No. Equipment that has been issued to the CONUS/OCONUS units is not considered Government Furnished Property (GFP) and therefore is not identified on the Program Management (PM) inventory. Q14. What is the square footage of the FLW facility that is storing the GFP? A14. Storage space is Government furnished and is adequate to support the mission of CLS support to PM CCS equipment. The storage space can be changed based on the introduction of additional conexes as each program arranges for more storage space. Q15. The Contractor may occupy office space within the Fort Leonard Wood Army Installation if coordinated with and approved by the COR and KO. Will the Government clarify this? Does the COR and KO have access to office space on Fort Leonard Wood that the Government prefer the Offeror occupy or office space that would be beneficial to the Government and cost effective? A15. The Government intends for the Offeror to be located in the vicinity of Fort Leonard Wood and not specifically on base. As such, this statement has been removed from the PWS as noted above. See #3. Q16. Paragraph 5.2.1 states that "the Contractor shall be responsible for round trip travel costs for individuals that are not cleared for deployment by CRC". Will the Government please explain the round trip travel costs to which they are referring? A16. Should a Contractor employee not pass inprocessing at CRC and/or are declared ineligible for Theater deployment, the Contractor shall be responsible for the associated round trip travel costs between home of record and CRC. These costs may consist of but are not limited to the airfare/costs associated with getting to CRC, and the airfare/costs associated with their return home from CRC. These costs shall not be passed on to the Government and will not be reimbursed. Q17. Paragraph 5.3.1 requires Contractors to use Government provided air transportation. Does this mean that the Contractor does not schedule airline travel from CRC to OCONUS locations? Is the Contractor allowed to use commercial airlines for travel to and from Theater for vacation, emergency, or other circumstances? A17. Government provided air transportation shall be utilized for personnel deploying and redeploying to/from Theater. Once in Theater, Contractor may use commercial air for travel associated with approved leave or emergency leave at the Contractor's expense (refer to PWS para 6.12). There is a distinction between OCONUS and Theater, therefore subject to COR approval, commercial air travel may be utilized by the Contractor to travel to OCONUS locations (e.g., Germany, Alaska, etc.). Q18. Paragraph 6.7, references "...the entire family of PM CCS systems". Will the Government list the entire family of PM CCS systems or is this referring to Attachment 0001? A18. Yes this is referring to the systems identified in Attachment 0001, as well as the systems listed in Section C 1.1. Q19. Paragraph 6.9 states, "The Contractor shall be licensed IAW local standards..." Will the Government please define "local" as the word is used in this paragraph? A19. "Local" refers to the location at which the equipment (e.g., material handling equipment) is being operated. It could be installation, state, country or Combatant Commander standards, as applicable. The Contractor should apply due diligence in knowing applicable standards prior to operating equipment. Q20. Will the Government provide a notional (one-year schedule to include proposed training dates) for each of the 40 locations noted in PWS paragraph C.2.2. A20. Training dates and locations are not currently available. The Government estimates up to 8 AN/PSS-14 lane preparations per year and up to 30 AN/PSS-14 trailing events per year (with multiple training events occurring at given locations). Each task order will be tailored to reflect anticipated training events by location for the associated period of performance. All training/maintenance events under the subsequent task orders are subject to available funding. Solicitation Section L: Q21. Paragraph 3.3.1(b) states, "two (2) electronic CD Copies of the proposal volumes shall be compiled... submitted on a single-write CD ROM." Does the Government want two (2) separate CD ROMs with a single copy of each volume? A21. The Government requires two (2) separate CD ROMs for each volume of the Proposal. The CD ROMs utilized shall be single-write to prevent any accidental erasure of the data. Q22. Paragraph 3.3.1(c) seems to indicate we are only required to provide one (1) hard copy of Volume IV. How many original and hard copies does the Government require for Volume I? How many original and hard copies does the Government require for Volume II? How many original and hard copies does the Government require for Volume III? How many original and hard copies does the Government require for Volume IV? A22. Offeror's shall include: Original- (1) signed and completed all-inclusive copy of the proposal Volume I Technical Factor - five (5) paper copies, 2 CD copies Volume II Past Performance Factor - five (5) paper copies, 2 CD copies Volume III Price Factor - five (5) paper copies, 2 CD copies Volume IV Solicitation, Offer, Award, Representation, and Certification Documents - one (1) paper copy, 1 CD copy Q23. RFP Section L, Paragraph 4.1 states "the offerors proposal shall be submitted in severable volumes..." For clarification, did the Government mean to write several or severable? A23. The Volumes shall be severable, as in they are separate and can be read/evaluated on their own, independent of other volumes. Q24. RFP Section L, Paragraph 5.1.1(d) states we are to provide a description of how we intend to recruit, hire, and retain personnel as it relates to the activities, documentation, and timing cited in Attachment 0002. Attachment 0002 provides a list of CONUS and OCONUS Locations but provides no reference to specific documentation and/or timing. Will the Government please provide the list of documentation and referenced timing? A24. There was a misprint in this paragraph. See #7 and #11 above for the applicable changes. Q25. Paragraph 5.1.2 requires the offeror to develop a transition plan to meet the schedule and process requirements of the solicitation. The solicitation only provides locations but no proposed or notional execution schedule (timeline). Will the Government please provide a proposed schedule for the base year and option years so we can best address this requirement? A25. This requirement is a 5 year Indefinite-Delivery/Indefinite-Quantity (ID/IQ) type contract. The Awardee will have 90 days to Transition to Theater and 30 days to Transition for CONUS/OCONUS after first task order award. The Offeror is responsible for supplying the Government with their Transition Plan to meet the CLS requirements and shall be incorporated into the contract upon award. Q26. Paragraph 5.1.2a requires the offeror to assume responsibilities for Theater locations not later than 90 days after first TO award. The VISA process times for travel are often unpredictable and in some cases may take longer than 90 days or within the window for purchasing airline tickets at a reasonable cost. Will the Government address this challenge with a statement in paragraph 5.1.2a that provides clarification? For example: "...not later than 90 days after first Task Order award, and when OCONUS personnel have VISAs for travel. VISA paperwork must be submitted at least 30 days from travel dates". A26. The Government intends for a 90 day transition for Theater, to include any requirements necessary for performance. This 90 day period shall be addressed in the Offeror's Transition Plan. Q27. Will the Government consider raising the past performance recency threshold from 3 years to 5 years? A27. Yes, please see change addressed in #6, #9, and #10. Q28. Paragraph 5.2.2 uses the term "Major Subcontractors" In reference to this solicitation. Will the Government please define "Major Subcontractor"? A28. As defined in Section L paragraph 5.2.2(3)Subcontracts, a Major subcontractor is one who will be "providing critical hardware/services or whose subcontract is for more than 25% of the total proposed price." Q29. This paragraph states the past performance questionnaires are due within 30 calendar days of the release of the RFP. Does the 30 days begin on Friday 17 February and end on Saturday 18 March? Will the Government extend this date to occur at the same date and time the final proposals are due to the Government? Will the Government please provide a no later than date for the submission of the past performance questionnaires? A29. Yes, paragraph 5.2.2(5) has been updated to reflect a Past Performance Questionnaire response date of 24 March 2017 2:00 pm EST (see #8 above). Solicitation Section J Exhibit A, CDRL A006 Q30. Certification on remaining PM CCS systems supported by the task order shall be achieved within 90 days of award, new personnel hiring action or introduction of new PM CCS systems, as applicable. Will the Government clarify "introduction of new PM CCS systems ? Does this mean systems other than stated in Attachment 0001? A30. All current PM CCS systems are listed in Attachment 0001. New PM CCS systems not listed in Attachment 0001 may be added to the contract in the future via a bilateral modification. Attachment 0003, Labor Category Definitions Q31. Will the Government accept a Program Manager with one successful tour of duty as a Company Commander O-3 or higher? A31. The Government is willing to change the Qualifications listed on Attachment 0003 for the Program Manager from "O-4" to "O-3". See #10 above. Q32. Will the Government include consideration for former Senior Enlisted Personnel? For example: one successful tour as a First Sergeant or Sergeant Major (E-8 or higher)? A32. The Government is not willing to consider the substitution due to the nature of this requirement. Q33. Will the Government include consideration or trade-off for Civilian education? For example: Master of Business Administration, or Doctorate in [Training] Education? A33. The Government is not willing to consider the substitution due to the nature of this requirement. Q34. This attachment requires the Program Manager, Logistician, Site Manager/Trainer and Maintenance Technician, and Trainer and Maintenance Technician be able to meet CRC Deployment Requirements. Does this apply to all contractor personnel or only those that are deployed in Theatre? A34. This requirement is for all Contractor personnel due to the requirement for CONUS/OCONUS personnel to be cross-trained on all systems and required travel to Theater training/maintenance needs. Attachment 0063, Task Order 0001 Performance Work Statement (PWS)- For Informational Purposes Only Q35. Is it the Government's intent to make this task the first SOW/PWS required for execution under the new IDIQ contract? A35. Yes, as stated in Section H, "The Performance Work Statement for Task Order 0001 is provided for informational purposes only to facilitate the award of the first task order. The Government intends to award the first task order within two (2) weeks of contract award."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e3eaa625d28e995fb07c7ccbbaec7acb)
 
Place of Performance
Address: CONUS/OCONUS (vicinity of Fort Leonard Wood, MO), US CENTCOM (Afghanistan), United States
 
Record
SN04422570-W 20170305/170303234825-e3eaa625d28e995fb07c7ccbbaec7acb (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.