MODIFICATION
R -- Contract Management System Support Desk and Technical Architecture
- Notice Date
- 1/14/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-10-R-0013
- Archive Date
- 3/19/2010
- Point of Contact
- Mishelle Miller, Phone: 202-231-8349
- E-Mail Address
-
mishelle.miller@dia.mil
(mishelle.miller@dia.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ***************************************************** The following constitutes amendment 3 of Solicitation HHM402-10-R-0013. These are questions and answers. The deadline for questions has passed; no more questions will be accepted. The deadline for proposals is 1 PM EST on Tuesday, January 26, 2010. Please email all correspondence to Mishelle.Miller@dia.mil. **Note that a revised Section L will be uploaded later today, January 14.** Q24. I am trying valiantly to understand what DIA is looking for Industry to provide in Volume V: Security. We're allowed 15 pages and the only thing I see required is our Cage Code. Could the government please elaborate on specifically what aspects of "Security" it is looking for Industry to provide? Q24. Per the RFP Section L, L.7.4.2 - Contents of Volume V - Security, the RFP states "The Offeror shall provide the CAGE codes for all Facility clearances." Given that there is a 15 page allowance for this section, does the DIA anticipate that additional information will be provided in this Volume? Q24. For the security volume, the Government specifies it needs the SF 328 and Cage codes for all facility clearances. Is this the only data the Government requires or is there a narrative the Government also is requiring? If, so what content is the Government requesting for any narrative? Q24. Is the only information to be included in Volume V to be the CAGE code? If no, please clarify what additional information is to be included and required in Volume V. A24. The Offeror is required to include its CAGE in Volume V Security. Any additional information is at the Offeror's discretion. Q25. Reference is made to OCI Clause 5.3: Will your agency accept for evaluation an OCI mitigation plan from an offeror? Or, from an offeror's subcontractors? We are looking for guidance in putting together an OCI Mitigation Strategy which would allow us as prime and our teaming partners to continue to bid on other Agency work. As it currently appears in the RFP, the clause suggests that performance on this contract may preclude a successful contractor (or that contractor's subcontractors) from other work at DIA. Q25. Does the government perceive any risk of OCI for a vendor that wins this procurement and is therefore directly involved in a contract management system that includes data on other DIA contracts that the vendor may wish to bid on, or that may be won by the vendor's competitors? Q25. Will the government ask a successful vendor for this procurement to recuse itself from competition for other procurements that will be tracked and managed in the CMS system? A25. In Section 5.3 of the Statement of Objectives, Possible restriction on competing on agency contracts, and in Section I.7 1052.209-97, Organizational Conflict of Interest, the Government addresses OCI. The Government will review a mitigation plan with the offer, but should that offeror win the award, the contractor's responsibility to inform the Government on any possible conflict continues. A submitted mitigation plan is not part of the evaluation process. The Government has no requirements for a mitigation plan for this solicitation. Due to the nature of the work for this Solicitation, the offeror and/or its subcontractors may be precluded from other work at DIA. Q26. On page 12 of the SOW, in the Personnel Qualifications table, under Senior System Administrator, the requirements lists Solaris 10 certification. Because Solaris 10 is extremely new it is very difficult to find Senior System Administrators who already have this certification. Would the government consider either waiving the certification or providing a grace period post award for this position to get the certification? A26. The Government's requirement is for a Senior System Administrator with appropriate certification to include Solaris 10. Q27. Section L, Page 1 4.4.2: There are some specific questions regarding Personnel's security clearances that are categorized as sensitive and can't be disclosed to anyone other than an FSO and some contract specific information a contractor simply wouldn't know. Would the government consider waiving the requirement for such information as contract number under which clearance was granted, date of contract, point of contact (Contracting Officer's Representative) and telephone number? A27. Requested information is required by the Government in order to validate security clearance status and for reference purposes. The requirement will not be waived. Please review the new Section L for requirements and numbering clarification. Q28. Page 10 of SOW: 5.1 Information Assurance Certification. There are several references including this one to DoD 8570 certification but there is no indication as to which positions in particular the government is requiring be certified. Would the government kindly indentify which positions it requires be DoD 8570 certified? A28. Evaluation of proposals includes evaluation of each Offeror's understanding of the requirements of the Statement of Objectives which includes the Offeror's personnel and their qualifications/certifications. The Government will not identify specific positions. Q29. Per the RFP Section 2.4.3 in the SOO the Support Desk and O&M is currently provided "through a contract that expires in February 2010." The start date for this contract appears to be March 1, 2010. Does the DIA anticipate the incumbent contractor will be available during the transition (i.e. March - April 2010)? A29. The Government will make arrangement for necessary overlap where possible. Q30. Per the RFP Section 2.4.2 in the SOO, "Change Management, Training and PM Support are being provided by Accenture Government Services." In sections 3.1.20-3.1.24, the SOO asks for Change Management support, business process analysis, preparation of training aids and guides. This work appears to overlap with the work currently being provided by another contractor. Can DIA provide clarification? A30. The successful Offeror's onsite TS/SCI cleared Operations Support Team can anticipate participating in change management, business process analysis, training aid and guide activities as a normal offshoot of providing superior customer support. Accenture Government Services will continue to provide Change Management, Training and PM support as part of the CMS PMO operation. Q31. Per the RFP Section 5.1 in the SOO, the RFP states that personnel must be fully trained and certified to a baseline set of requirements to perform their duties in accordance with DOD Directive 8570.01-M. Based on the timeline of the RFP, the contracting community anticipates that personnel will be certified post award. Please confirm. A31. Evaluation of proposals includes evaluation of each Offeror's understanding of the requirements of the Statement of Objectives which includes the Offeror's personnel and their qualifications/certifications. Offerors are expected to propose and staff CMS Operations Support subject matter experts (SMEs) possessing appropriate education, experience and certifications who will be TS/SCI cleared. Q32. SOO Section 3.2.2.13 references the Simple Logical Interface Code (SLIC), please provide the Interface Control Document or other descriptive information for this program. A32. Uploaded to this Solicitation are four documents: (1) SLIC CMS Interfaces Summary Short, (2) SLIC Description, (3) SLIC CMS Interfaces Summary and (4) SLIC Quick Interface Overview. Q33. Per the RFP, SF 1449, pg 2, the form states that "All questions or concerns shall be addressed to Ms. Mishelle Miller or Mr. Nehemiah Pryor only. Any attempt to contact the program office (customer) will be grounds for disqualification." If a current or former customer at the Agency is listed as a Point of Contact for the Past Performance Questionnaire, would this potentially put an offeror at risk of disqualification? A33. You may send your reference the Past Performance Questionnaire, even when that reference is at this Agency, without risk of disqualification. Q34. In Section L.5.5.1. Section 1 Price Proposal: What is meant by the phrase - "... predetermined and undisclosed quantity of hours determined by the government for each labor category..." A34. The predetermined and undisclosed quantity of hours refers to data contained within an independent government estimate. Q35. In Section L.5.5.1. Section 1 Price Proposal: is the phrase "...including all options." referring to all option years and only the option years? A35. The sentence is: "The Offeror's proposed bill rates will be evaluated against a predetermined and undisclosed quantity of hours determined by the Government for each labor category and this will be totaled for a composite price, including all options." This sentence means that the Offeror's total price for the base period plus four option periods will be evaluated against an estimate that also covers the base period plus four option periods. Q36. In Section L.5.5.1 Section 2, does the phrase "...additional CLINs for the government's consideration...."mean that they are part of the price evaluation? A36. Everything submitted will be evaluated. Q37. If the offeror does submit additional CLINs based on an understanding of the Statement of Objectives (SOO) and proposed Statement of Work (SOW), can additional labor categories be proposed that support the additional CLINs? And, are the additional CLINs part of the price evaluation? A37. Yes. If the offeror submits additional CLINs, then the Offeror may choose to submit additional labor categories. Everything submitted will be evaluated. Q38. Can additional services be proposed based on an understanding of the current environment and will these services be price evaluated for award? A38. Yes, additional services within the scope of the SOO may be proposed. Everything submitted will be evaluated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-10-R-0013/listing.html)
- Place of Performance
- Address: See statement of objectives, United States
- Record
- SN02042336-W 20100116/100114234354-dbdc5568530cf07cf12100a895a31598 (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 |