MODIFICATION
R -- 402 SMXG - Software Engineering and IT Support Services - Labor Matrix - 05-Dec-2013 Competitive
- Notice Date
- 1/8/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCL3282A001
- Archive Date
- 2/4/2014
- Point of Contact
- Benjamin M. Walker, Phone: 478-926-9508
- E-Mail Address
-
Benjamin.Walker@robins.af.mil
(Benjamin.Walker@robins.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Labor Matrix dated 05-Dec-2013. The purpose of this Synopsis Amendment is to post the revised draft Labor Matrix dated 05-December-2013 and to answer questions from interested parties. IAW PWS paragraph 3.2.1, Security clearance eligibility requirements are SECRET and TOP SECRET/Sensitive Compartmented Information (SCI). Question 1: Is this a solicitation being issued under the GSA schedules? Answer 1: No. Question 2: Is it necessary for the vendors to be GSA approved under the appropriate schedules? Answer 2: No. This acquisition will not be conducted using GSA schedules. Question 3: Does the scope involve any offsite work? Answer 3: The place of performance shall be Robins Air Force Base except in cases of Temporary Duty (TDY). Question 4: Is the vendor's facility clearance still required even if no offsite work is anticipated? Answer 4: Yes. The National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22-M) states in para 10-704 that a NATO Facility Security Clearance Certificate is required for a contractor to negotiate or perform on a NATO classified contract. A Classified Contract is any contract requiring access to classified information by a contractor or his or her employees in the performance of the contract. (A contract may be a classified contract even though the contract document is not classified.) Question 5: Is the facility clearance required at the time of proposal submission or could it be obtained later, but before the commencement of the project? Answer 5: The facility clearance is required at the time of proposal submission. Question 6: I understand it will require the prime contractor to hold a Top Secret facility clearance, however, I wasn't clear if the solicitation would require the TS at time of submission, time of award, or if the government is willing to sponsor the TS facility upgrade post award for a company that has a current secret clearance (or doesn't have a clearance). Answer 6: The prime contractor is required to possess a Top Secret facility clearance in order to propose on this requirement. A combination of a prime contractor with Secret clearance and a subcontractor with a Top Secret clearance is NOT sufficient for eligibility. Related to this requirement, the government is NOT willing to sponsor the awarded contractor for their Top Secret facility clearance post award. Question 7: Can a joint venture be established between two 8(a) organizations with only one of them having a TS facility clearance and be eligible? Answer 7: The Joint Venture entity will be considered the prime contractor, responsible for performance at the TS/SCI level and below, and will be required to obtain personnel security clearances at the appropriate levels for performance. A currently cleared contractor may sponsor an uncleared company for a facility clearance. IAW DoD 5220.22-M ( NISPOM). Question 8: Can an SBA approved 8(a) Joint Venture (JV) submit a proposal under this 8(a) set-aside if the JV members holding the 8(a) certification has a Secret FCL and the other SDVOSB partner has a Top Secret FCL? Also, in this scenario, can the partner holding the Top Secret sponsor the partner holding the Secret? Answer 8: See "Answer 7" above and in addition, t he 8(a) participant (or the total of all 8(a) participants involved in the Joint Venture) must perform a significant portion of the contract. Since significant portions of this contract will require both Secret and Top Secret/SCI personnel clearances, the 8(a) participant within the joint venture must have clearance at or above the Secret Level at time of award in order to perform a significant portion of this contract upon award. IAW SBA SOP 80 05 3A. Question 9: Will a Mentor-Protégé agreement satisfy the Top Secret facility clearance requirement, if the 8(a) does not have any clearance? Answer 9: No, since the 8(a) participant will not be able to perform significant portions of this contract. In order for a Mentor to participate in an 8(a) contract as a prime with its Protege, they must joint venture. The 8(a) participant (or the total of all 8(a) participants involved in the Joint Venture) must perform a significant portion of the contract. Since significant portions of this contract will require both Secret and Top Secret/SCI personnel clearances, the 8(a) participant within the joint venture must have clearance at or above the Secret Level at time of award in order to perform a significant portion of this contract upon award. IAW SBA SOP 80 05 3A. Question 10: Is it correct that, as long as one of the members of JV members has TS FCL, then the JV is eligible. If JV wins the contract, then the member that has TS can request for a clearance of JV (Please keep in mind that JV Is unpopulated hence there will not be any employees under JV. All employees are under JV members)? Answer 10: If the 8(a) participant within the JV has clearance at or above the Secret Level, then the JV's proposal will be eligible. If the 8(a) participant has no clearance, then they will not be able to perform a significant portion of the contract upon award. See Answers 8 and 9 above. Question 11: Saw the recent sole source to Peerless Tech on ISR SW services - does this relate to - or tie into - the preSol 402 SMXG SW and IT Support Services. This appears to be a bridge contract, until a defined acq strategy can be firmed. Question is - is it part of the 402 SMXG work, announced under the preSol of Nov 2013? Answer 11: The ISR Software Services contract in question is an interim contract to support the competitive procurement timeline. The contract number is FA8571-14-C-0006, awarded to Peerless Technologies Corporation on 31-Dec-2013. The interim contract's POP end date is 30-Jun-2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL3282A001/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN03263111-W 20140110/140109000504-532d1fbfc5f95980ab836d044e76e4f9 (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 |