Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
MODIFICATION

59 -- Answers to Question from Industry, SOLICITATION W15P7T-11-R-C001 Global Tactical Advanced Communications Systems (GTACS) and Services

Notice Date
5/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T11RC001
 
Response Due
5/13/2011
 
Archive Date
7/12/2011
 
Point of Contact
David Hansen, (443) 861-4988
 
E-Mail Address
ACC-APG (C4ISR)
(david.e.hansen1@us.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Answers to Question from Industry, SOLICITATION W15P7T-11-R-C001 Global Tactical Advanced Communications Systems (GTACS) and Services The following answers are in response to questions from industry received as of 06 May 2011. Q1. If a GTACS task order requires a contractor to perform design trade-offs, develop and test a prototype system solution (e.g. an Engineering Development Model, or EDM), will the Government provide that contractor a fair opportunity to bid the low rate/full rate production work should a requirement exist for that production work? A1. How the Government will solicit the Delivery Orders will be forthcoming in the RFP and will be in accordance with the Federal Acquisition Regulation (FAR). Q2. Does the Government envision that this process could be streamlined by including all facets of the life cycle support in a single task order, particularly for ACAT programs? A2. The Government does not anticipate a single task order covering all aspects of the life cycle support of a system. However, there may be extraordinary circumstances where a single task order covering all aspects of the life cycle support of a system is released. Such a requirement will require the contracting officer approval and at this point the Government cannot predict the circumstances of such a release. Q3. If a GTACS task order requires a contractor to perform design trade-offs, develop and test a prototype system solution (e.g.. an Engineering Development Model, or EDM), can that contractor bid follow-on work that is a formal ACAT program (a new separate RFP, not GTACS related) where the performance requirements of the system to be designed and produced were proven to be feasible in the prototype system developed under GTACS? A3. The Government cannot answer this question as it relates to future contract opportunities not related to this solicitation. Q4. In this case the GTACS prime should be able to avoid work that creates elements of the new ACAT program RFP - SOW, CLIN structure, test strategy, etc. Again, will the Government use a set of SETA contractors to develop any / all procurement data packages for these scenarios? A4. Please Clarify Q5. I am looking for the whole draft solicitation for GTACS W15P7T11RC001; I only get sections L and M. A5. Please refer to Answer 1 posted to FedBizOpps on 28 March 2011. Q6. Can the Government provide guidance on how many Offeror past performances (e.g., minimum and maximum number) will be required? A6. Please refer to the DRAFT Sections L and M, Pg 4, first paragraph, (ii) Volume II-Past Performance (factor) posted to Army Single Face to Industry (ASFI) and FedBizOpps on 25 March 2011. Updates to DRAFT Sections Land M will be posted to ASFI and FedBizOpps as they become available. Q7. If an Offeror proposes with major subcontractors, can the Government provide guidance on how many major subcontractor past performances (e.g., minimum and maximum number) will be required? A7. Please refer to the DRAFT Sections L and M, Pg 6, [2], (c), posted to Army Single Face to Industry (ASFI) and FedBizOpps on 25 March 2011. Updates to DRAFT Sections Land M will be posted to ASFI and FedBizOpps as they become available. Q8. Draft Sec. L.2.c.ii.e Performance Risk Assessment Questionnaire indicates that the Questionnaire is to be returned to the Offeror for inclusion with the proposal. On the last page of the Questionnaire the respondent is instructed to return the completed Questionnaire to the Contracting Officer. Can the Government please clarify the instructions regarding respondents' return of completed Questionnaires? A8. Performance Risk Assessment Questionnaire(s) are to be returned first from the POC to the Offeror for inclusion with the proposal. Proposals will then be submitted at the appropriate RFP closing date. Updates to the Draft Performance Risk Assessment Questionnaire will be posted to ASFI and FedBizOpps as they become available. Q9. For work performed as a subcontractor, we have found that the Government contracting officer / COR / COTR are often unwilling to provide past performance responses for a subcontractor. For work performed as a subcontractor, will the Government allow the Offeror to request Questionnaires be completed by the prime contractor's POC and by the prime contractor's technical representative (often a project or program manager)? A9. Yes Q10. Can the Government advise when they anticipate issuing attachment 4 for pricing purposes? A10. The Government does not intend to release a draft version of attachment 4. The attachments will be released with the final RFP. Q11. Is there an incumbent contract and if so, what is the contract number? A11. No Q12. Should I expect a Q&A document to be released with this information in the future, or should I not expect an answer? A12. Yes, all questions from industry will be posted to FedBizOpps. Q13. What date do you have set for the Industry Date? A13. At this time, the Government has no plans for another Industry day. Q14. The ASFI (Response Deadline) and the FBO.gov (Response Date) have different dates. The ASFI shows 5/5/2011 and the FBO.gov shows 5/12/2011. Which is the proper due date? A14. The proper date is 12 May 2011. Q15. What do the response date citations refer to as the material that is due? A15. The date listed as a response date is for system purposes only. The synopsis is an informational notice and there is no required response at this time. Q16. The 4/21/2011 Synopsis notice at FBO.gov states "This synopsis is provided for informational purposes and is not to be considered a request for proposal. However, all responsible sources may submit a proposal, which shall be considered by the agency when the final RFP is posted." This suggests that the Government will make no material or significant change in the final RFP as compared to what is already published for the solicitation as of 4/21/2011. Is that an accurate assumption on which one can base an early submission of proposal? A16. No, that is not an accurate assumption. The posted Sections L and M are drafts, as identified in the document. The final RFP is forthcoming. Q17. Is it possible to schedule an in-person demonstration of our technology to those involved and/or responsible for this pre-solicitation? A17. Please refer to Q10 and A10 posted to FedBizOpps 06 January 2011. Q18. What specific information/materials, and in what format, can be deliver now to you and/or those responsible for this pre-solicitation? A18. Questions may be forwarded by e-mail to the points of contact listed below. Q19. Do we need to be on the GSA or have an existing government contract to participate in this solicitation? A19. No Q20. If schedule an in-person demonstration of our technology is unfeasible, how can we arrange for no-cost on-line brief demo of our product to interested government technical representatives? A20. Please refer to Q10 and A10 posted to FedBizOpps 06 January 2011. Q 21 In accordance with the statement included in the posting of April 21, 2011 please clarify if the Government is requesting and accepting early submission of proposals and information at this time; and in advance of the issuance of the final solicitation and task orders. A21. The Government is not accepting proposals at this time and will only accept proposals once the final RFP has been issued. Q22. The statement included in this posting "This synopsis is provided for informational purposes and is not to be considered a request for proposal. However, all responsible sources may submit a proposal, which shall be considered by the agency when the final RFP is posted." implies the opportunity is available for the industry to submit proposals, capability statements, and information under this requirement which may be included and evaluated at the time of the final solicitation. A22. The Government is not accepting proposals at this time and will only accept proposals once the final RFP has been issued. Q23. Our company submitted its response to your Request for Information (RFI) on January 1, 2011. Please advise if additional information is desired and requested at this time. A23. Additional information is not required at this point in time. Q 24. In cases where a subcontractor on a GTACS Team is based out of Canada and has a subsidiary created for the purposes of conducting business with the U.S. Government, where the subcontractor's rates and cost build-up formulas are typically audited by the Canadian Commercial Corp. (CCC) on behalf of the U.S. Department of Defense (DOD), will the requirement for submission of that subcontractor's proprietary cost information "sealed data" through an Army web site be waived, and normal CCC submission of the proprietary data be acceptable. A 24. The contractor's forward pricing rate proposal, disclosed practices, and proposal methodology for the GTACS effort should be consistent. Q 25. Please advise if the Government is planning to provide responses to all the questions submitted to date under this effort. A25. The Government does plan to respond to all industry questions. Q26. Does the Government plan to issue a pipeline of the RTEPs planned for release to include Scope of Work, location and anticipated release date after award of the IDIQ vehicle? A26. The Government plans to award many Delivery and Task Orders under this contract over the next 5 years. Q27. Will IDIQ contract holders have the opportunity to make site visits prior to RTEP release, especially for efforts requiring construction? A27. Depending on the requirements for individual DO/TOs issued under the GTACS contract, the Offeror will have the ability to make site visits. Q28. We would like to respond to this draft solicitation; however the three task orders are not listed. Could you possibly allow us to view the complete solicitation with the sample task orders or direct us to a location to view them? A28. The sample tasks will be part of the final RFP. Q29.I wanted to follow up with a request for a possible schedule; and the timeline you are planning to post responses to questions submitted to date on the GTACS effort. A29. Question will be responded to as they are submitted and as the answers are available. Q30. Reference: PWS Section 3.6 Personnel - The Contractor shall provide personnel having security clearances up to TOP SECRET, or as identified in applicable DO/TO. Will the Government consider revising requirement to TS-SCI in order to broaden the contract to allow TS-SCI efforts to be competed under the contract. A30. The contracting officer will take this under consideration. All interested parties should continue to watch the Federal Business Opportunities Page (FEDBIZOPS) under the Solicitation # W15P7T-11-R-C001 for further information. Contracting Office: U.S. ARMY CONTRACTING COMMAND ABERDEEN PROVING GROUND 6001Combat Drive, CCCE-CBC Aberdeen Proving Ground, MD. 21005-1846 Point(s) of Contact: Mr. David Hansen, Contract Specialist Phone: 443-861-4988 E-mail: david.e.hansen1@us.army.mil Mr. Stephen Jenniss, Contract Specialist Phone: 443-861-4989 E-mail: stephen.jenniss@us.army.mil Ms. Barbara Hansen, Contracting Officer/Group Chief Phone: 443-861-5061 E-mail: barbara.ann.hansen@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca62ee6d8f991576888e75dcf84dc0ce)
 
Place of Performance
Address: ACC-APG HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02447069-W 20110514/110512235314-ca62ee6d8f991576888e75dcf84dc0ce (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.