Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2020 SAM #6709
SPECIAL NOTICE

99 -- FA701420R0008 - VAULT Support

Notice Date
4/10/2020 2:53:59 PM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
 
ZIP Code
20762-6604
 
Response Due
4/17/2020 12:00:00 PM
 
Archive Date
05/02/2020
 
Point of Contact
Kevin Ward, Contracting Specialist, Phone: 2406126158, Theresa L. Terry, Contracting Officer, Phone: 2406126202
 
E-Mail Address
kevin.a.ward.mil@mail.mil, theresa.l.terry.civ@mail.mil
(kevin.a.ward.mil@mail.mil, theresa.l.terry.civ@mail.mil)
 
Description
Interested vendors that do not participate in the AMS will be ineligible to propose on the subsequent RFP and shall not be considered for award. � THIS IS NOT A REQUEST FOR PROPOSALS. � 15.202 ADVISORY MULTI-STEP PROCESS This is a notification that AFDW/PK is conducting an Advisory Multi-Step process for RFQ #FA701420R0008 Visible Accessible Understandable Linked Trusted (VAULT) General description: Submission requirements: Review section II of the PWS to gain an understanding of the requirement. Participating potential offerors shall provide four segments of information which will be evaluated for a viability assessment only. A written notice for invitation to the subsequent RFP will be furnished to any submission receiving a ratings of �Viable�, �Viable with risk� and/or �Outstanding�, �Good�. Any submission receiving a rating of �Unacceptable� and/or �Not Viable� in any of the four (4) responses will not be invited to propose on the resultant acquisition. This rating does not preclude the potential offeror from responding to the subsequent request for proposals, but highly encourages them to strengthen their proposal prior to submission.� The purpose of this particular AMS shall contain sufficient information to permit a potential offeror to make an informed decision about whether to participate in the subsequent acquisition. The government does not intend to request offerors submit identical information in response to the AMS and subsequent RFP. The government shall evaluate all responses in accordance with the criteria stated in the notice, and shall advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. The government shall advise respondents considered not to be viable competitors of the general basis for that opinion. The government shall inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition. The government requests four segments of information which will be used to provide participating potential offerors a viability assessment. Additionally, each response shall include company name, point of contact, phone number, email address, DUNS, and Cage Code in the body of their email submission and every document attached to the email. Participating potential offerors will email responses to the POCs listed in the posting by Friday 17 April 2020 at 1500 EST. Responses received after the deadline will NOT be evaluated or accepted. Each participating potential offeror will receive an invite to a Webex by Cisco video teleconference to further discuss their responses to requests three (3) and four (4) that will take place 27 April 2020 thru 8 May 2020. Please provide a primary and alternate date request from 27 April 2020 thru 8 May 2020 (Monday � Friday) for the oral presentation to take place. Each oral presentation will be limited to ten (10) minutes. If you are unavailable for the oral presentation, your submission will be evaluated on the email submission alone. The government will evaluate all submissions and make an effort to provide mandatory written responses to each participating potential offeror by 15 May 2020.��The deadline for questions regarding this posting is Tuesday, 14 April 2020 @ 1700. � Participating potential offerors shall provide the following: 1.� Provide one Government IDIQ contract that your company (as Prime) was required to provide at least 10 subject matter experts per location, at three (3) geographically separate locations, simultaneously or within a 60 day period that was within the last five years.� The participating potential Offeror shall provide the contract number, a Government POC, and a copy of the most recent CPAR for that effort. �The Government will evaluate the effort based on the information the participating potential Offeror provides, CPARS, and verify with the provided POCs if the vendor was able to successfully manage the task orders, turnover, and maintain qualified personnel, have a satisfactory performance record based on the record submitted. The quality of the participating potential Offeror submitted effort will be reviewed and evaluated through the use of systems such as contractor performance reporting system (CPARS), Federal Awardee Performance Integrity Information System (FAPIIS), and other sources or databases known to the government. Magnitude � IDIQ valued at least $250M Complexity: IDIQ required subject matter experts, multiple locations, at least 10 FTEs per task order, more than one task order awarded simultaneously 2.� Provide your full Dun and Bradstreet Report in PDF format. This will be evaluated to determine if the participating potential Offerors have adequate financial resources to perform the contract, and be able to comply with required performance schedule taking into consideration existing commercial and Government commitments. The Government may also use other databases and information including personal knowledge to evaluate this section. Responses to requests 1 & 2 will be evaluated by the adjectival ratings provided below: Adjectival Rating � Description Viable The response provided indicates the participating potential offeror has the past performance record to substantiate its claims to have managed an IDIQ contract of similar magnitude and complexity.� The participating potential Offeror has the adequate financial resources to staff the task orders with the required SMEs and has the ability to comply with the anticipated demanding performance schedule taking into account existing commercial and Government commitments. Risk of the inability to fulfil task order requests at the anticipated demand of up to 10 FTEs per task order, across multiple locations, simultaneously is low. Viable w/ Risk The response provided indicates the participating potential offeror has a past performance record to substantiate its claims to have managed an IDIQ contract of somewhat similar magnitude and complexity.� The participating potential Offeror has the potential to secure the financial resources to staff the task orders with the required SMEs and has the potential to comply with the anticipated demanding performance schedule taking into account existing commercial and Government commitments. Risk of the inability to fulfil task order requests at the anticipated demand of up to 10 FTEs per task order, across multiple locations, simultaneously is medium. Not Viable The response provided indicates the participating potential offeror does not have the past performance record to substantiate its claims to have managed an IDIQ contract of similar magnitude and complexity and/or the participating potential Offeror was unable to provide substantiating information to demonstrate the ability to secure the financial resources to staff the task orders with the required SMEs nor has the potential to comply with the anticipated demanding performance schedule. Risk of the inability to fulfil task order requests at the anticipated demand of up to 10 FTEs per task order, across multiple locations, simultaneously is high. 3.� The participating potential offeror shall provide up to two (2) of their most significant corporate level (not individual) data-science related collaborative open source projects (ie: GitHub repository) [BRGUHA1]�and describe your contributions. Participating potential Offerors shall provide a link(s) to the project, a written description of the project (limited to 500 words), and a list of names and respective usernames/aliases for employees who contributed to project. The efforts shall be at least six (6) months from the date of this posting and the company shall have made over 50% of the contributions.� Based on your submission, the government will only evaluate contributions made at the corporate level. The Government will evaluate an Offerors corporate contributions and judge them as acceptable when the Government is persuaded that the Offeror has made a majority of contributions to their sponsored projects. � 4. �Participating potential offerors shall provide an answer to the following question: Does your company have a preferred open source enterprise data management tool?�Why or why not? Participating potential Offerors shall provide the company�s preference and justification (limited to 500 words).� The Government will evaluate a response and judge it as Outstanding or Good when the Government is persuaded that the Offeror response reasonably justifies the tool preference. � Responses to requests 3 & 4 will be evaluated by the adjectival ratings provided below: � � � � Adjectival Rating � Description Outstanding Company provides two (2) links to company-sponsored/company-administered open source data science projects and description of company contribution to the project(s). Contributions must be at least 6 months from the date of posting and company must have made 80% - 100% �of contributions. Company provides a preferred open source enterprise data management tool with justification or explains why there is not a preference and provides justification (limited to 500 words). Good Company provides one (1) link to company-sponsored/company-administered open source data science project and description of company contribution to the project. Contributions must be at least 6 months from the date of posting and company must have made 51% - 79% of contributions. Company provides a proprietary enterprise data management tool with justification (limited to 500 words). Unacceptable 0% to 50% contributions to open source data science projects. Company is unable to provide a response regarding enterprise data management tools.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fd912fb94c5249a3be0765a5b165bbbf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05617447-F 20200412/200410230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.