DOCUMENT
R -- Accounting Support Services (Responses to industry questions to draft solicitation.) - Attachment
- Notice Date
- 12/22/2015
- Notice Type
- Attachment
- NAICS
- 541219
— Other Accounting Services
- Contracting Office
- U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
- ZIP Code
- 22408
- Solicitation Number
- VA11916R0039
- Response Due
- 1/4/2016
- Archive Date
- 2/3/2016
- Point of Contact
- jaime.friedel@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The following are the Government's responses to industry questions submitted in response to draft solicitation VA119-16-R-0039 - Accounting Support Services: Question 1: Is this a re-compete? Response 1:No. Question 2:If Yes.... may I get the Original Solicitation number for it? Response 2:N/A. Question3:Who is the incumbent? Response 3:There is no incumbent. Question 4:Lastly can the incumbent bid on this again? Response 4:See Response 3. Question 5:Is there an incumbent contractor(s) providing this support for the VA? If yes, please provide the name of the contractor(s) and the contract number(s) and value(s). If yes, is the incumbent(s) qualified to bid as a prime contractor on the anticipated solicitation (in other words, is the company verified within VIP as a Service Disabled, Veteran Owned small business under NAICS 541219? Response 5:See Response 3. Question 6:Draft RFP, C.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (OCT 2015) - Page 19 of 70 - The referenced section indicates 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) (SCLS) applies to this solicitation and the education levels required in the PWS (no degree) imply SCLS applies to the work to be performed. Please provide the applicable Wage Determination (WD) and identify the specific WD Occupation Codes to which the VA has conformed the Junior, Intermediate and Senior level Accountant labor categories. For example, for pricing purposes are bidders to use Occupation Codes 01011 - Accounting Clerk I for the Junior level, 01012 AC II for the Intermediate and 01013 AC III for the Senior level? Defining the conformance intended by the VA will result in VA getting cost proposals that can be compared directly and fairly. Response 6:Attachment C of the solicitation will include the appropriate Wage Determination. Question 7:Draft RFP, C.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (OCT 2015) - Page 19 of 70 - If the VA does not believe the work on this contract is properly conformed to any Occupation Code on the applicable WD, please delete 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) (SCLS) as that clause only applies to contracts on which the predominance of support provided is by "service employees" - which is defined in the clause as "any person engaged in the performance of this contract other than any person employed in a bona fide executive, administrative, or professional capacity, as these terms are defined in Part 541 of Title 29, Code of Federal Regulations, as revised." If the VA believes these services would be appropriately performed by "professional" or "exempt" employees (typically this means positions requiring a BS/BA degree, which is not required in the PWS) none of the SCLS-related clauses (52.222-41, -42, -43 or -44) would apply. Response 7:The clauses apply and the wage determination will be attached to the solicitation as Attachment C. Question 8:Draft RFP, C.6 SUPPLEMENTAL INSURANCE REQUIREMENTS - Page 22 of 70 - Paragraph (d) of the referenced section states: "The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage." Request that the VA eliminate the requirement for contractors to provide coverage for asbestos exposure. Since the contract staff will be working in the VA facility there is an assumption that VA has ensured the building is asbestos free and thus there is no exposure for its own employees (and contractors) working in that facility so this additional expensive insurance won't be required. Response 8:The clause does not require liability for asbestos exposure it prohibits exclusionary clauses regarding asbestos exposure on the general liability insurance. Question 9:Draft RFP, C.6 SUPPLEMENTAL INSURANCE REQUIREMENTS - Page 22 of 70 - Paragraph (d) of the referenced section states: "The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage." Please confirm bidders are to provide certificates of insurance in their proposals and that those certificates should be included in the Price Volume. Response 9:The proof of general liability insurance can be provided in with the Volume IV, and is not included in the page count. Question 10: Draft RFP, C.13 IT Contract Security, 5. Information Systems Hosting, Operations, Maintenance or Use - Page30 of 70 - Does the reference clause apply if contractor/subcontractor employee is teleworking using only VA provided equipment, VPN, software, etc.? Specifically but not limited to these requirements: "For information systems that are hosted, operated, maintained, or used on behalf of VA at non-VA facilities, contractors/subcontractors are fully responsible and accountable for ensuring compliance with all HIPAA, Privacy Act, FISMA, NIST, FIPS, and VA security and privacy directives and handbooks. This includes conducting compliant risk assessments, routine vulnerability scanning, system patching and change management procedures, and the completion of an acceptable contingency plan for each system. The contractor's security control procedures must be equivalent, to those procedures used to secure VA systems. A Privacy Impact Assessment (PIA) must also be provided to the COR and approved by VA Privacy Service prior to operational approval. All external Internet connections to VA's network involving VA information must be reviewed and approved by VA prior to implementation. (a);" "Adequate security controls for collecting, processing, transmitting, and storing of Personally Identifiable Information (PII), as determined by the VA Privacy Service, must be in place, tested, and approved by VA prior to hosting, operation, maintenance, or use of the information system, or systems by or on behalf of VA. (b);" and "Government-owned (government facility or government equipment) contractor-operated systems, third party or business partner networks require memorandums of understanding and interconnection agreements (MOU-ISA) which detail what data types are shared, who has access, and the appropriate level of security controls for all systems connected to VA networks. (c)." What are the contractor's specific requirements under this clause if only VA provided hardware/software is used to perform the required services? Some of the requirements can't be met (for example risk assessments, vulnerability scanning, patching) by contractors without violating other restrictions on contractor use/maintenance of VA-owned IT assets. Response 10: Yes the clause applies. All Government Furnished Equipment will be maintained according to security standards. If GFE is issued for telework, contractors must comply with bringing in equipment for security updates as needed and the user is responsible for HIPAA and other privacy issues addressed by the clause. Question 11:Draft RFP, C.13 IT Contract Security, 8. Security Controls Compliance Testing - Page 34 of 70 - If contractor/subcontractor staff are authorized to telework from their homes, what specific assessments would the VA anticipate conducting in accordance with the referenced clause and at what locations (would the VA anticipate the need to visit an employee's home to conduct assessments)? Response 11: The VA would not make a visit to the contractor's home. The contractor would self-certify that the workspace is compliant. Question 12:Draft RFP, E.3 Instructions to Offerors, ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS - Page 43 of 70 - The referenced section says both: "Volume I, Technical Approach, and Volume II, Past Performance must be submitted in one.PDF redacted and one.PDF un-redacted version." and "Past Performance Questionnaires (PPQs) do not need to be redacted." If the unredacted PPQs are included in the same volume as the otherwise redacted content or provided to the evaluators with the redacted volumes during evaluation, the evaluators are clearly able to ascertain the names of the bidders from the unredacted PPQs; therefore, negating the assumed purpose of the redaction which would be to evaluate the proposal without knowledge of which bidder submitted it. Will evaluators have both the unredacted PPQs and the redacted volumes during evaluations? If yes, please eliminate the onerous, time consuming requirement for bidders to submit redacted volumes. Response 12:The PPQ are provided separately for valuation. The completed PPQs are sent directly to the Government and are redacted once received. Question 13:Draft RFP, E.3 Instructions to Offerors - Page 45 of 70 - The referenced section says "The cover page, table of contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of the Technical Approach Volume I." Please exclude those same pages from the page count for the other volumes also. Response 13:The cover page, table of contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of any volume. Question 14:Draft RFP, E.3 Instructions to Offerors, i. Volume I - Technical Approach Factor (1), a. Technical Sub-Factors, (2) Staffing Approach (Sub-Factor (2)) - Page 46 of 70 - Please clarify the VA's staffing requirements that are to be addressed in this section. Is this section to address the non-optional CLINS only (9 FTEs in 2 labor categories) or is the bidder to address how they plan to add 90 additional FTEs (or over 10X the original staffing requirement) in 3 labor categories? If the latter, please identify at least a notional staffing timeline for the optional positions. It is unreasonable to suggest that a small company should have a staffing plan that would allow them to fill 99 positions "immediately." A staffing timeline will also allow potential bidders to understand the need to identify teaming arrangements, if necessary, to allow them to meet the VA's anticipated staffing requirement and, therefore, to propose a solution that will actually meet the VA's anticipated requirements. Response 14: The staffing plan should include all staffing needs and detail how the company plans to achieve full staffing if necessary. What that looks like will be for each company to determine. There is no staffing time line currently in place and cannot be provided; however, there will be reasonable time frame provided for on boarding of additional staff when needed. Question 15:Draft RFP, E.3 Instructions to Offerors, i. Volume I - Technical Approach Factor (1), a. Technical Sub-Factors, (2) Staffing Approach (Sub-Factor (2)) - Page 46 of 70 - Please identify specifically what "a minimum staffing level" and "staffing to full capacity" mean in this sentence: "Include an approach for establishing a minimum staffing level (Employee Roster) commencing 30 days prior to the beginning of the period of performance, staffing to full capacity, and a contingency plan for replacing staff as vacancies occur." How many FTEs at what seniority level are included in each statement? Response 15:Minimum staffing level is the firm fixed priced CLINs. Staffing to full capacity would be exercising all optional CLINS. The FTEs and seniority level are already provided within the solicitation and PWS. Question 16:Draft RFP, E.3 Instructions to Offerors, i. Volume I - Technical Approach Factor (1), a. Technical Sub-Factors, (3) Teaming/Subcontractor Approach (Sub-Factor (3)) - Page 46 of 70 - Please exclude Subfactor 3 from the page count limitation of 15 pages for the Technical Approach. Not excluding this section gives bidders who are not proposing subcontractors a distinct advantage by allow them more pages to respond to the other subfactors. Response 16:The page count does not include the teaming agreement; however, the approach is part of the technical approach and can be incorporated within the page limitation. Question 17: Draft RFP, E.3 Instructions to Offerors, i. Volume I - Technical Approach Factor (1), a. Technical Sub-Factors, (3) Teaming/Subcontractor Approach (Sub-Factor (3)) - Page 46 of 70 - "A signed agreement between the prime and subcontractor(s) must be provided in order for the past performances of the subcontractor to be considered in the past performance factor." As most teaming agreements are quite long please exclude these agreements from the page count or allow them to be included in the Price Volume. Response 17:The teaming agreement is to be included in Volume IV. Question 18:Draft RFP, E.3 Instructions to Offerors, ii. Volume II Past Performance Factor (2) - Page 47 of 70 - The referenced section states: "Along with all PPQs (Attachment B), Offerors shall submit." In addition, the instructions say: "Questionnaires do not count against page total." The typical instructions for PPQs require that our customers send them directly to the VA prior to the due date. These statements imply the bidders submit the PPQs. Does the government expect to receive the PPQs in the bidder's Volume II? Response 18: There is one set of PPQ's to be submitted. Offeror's shall send Attachment B, PPQ's, to their customer/reference to complete and in turn, the customer/reference will send the completed PPQ directly to VA. The Offeror will submit Volume II, Past Performance, with their proposal. The Volume shall contain a list of a minimum three to five Government/Commercial contracts coinciding with the PPQ's and each project/contract shall contain the Sections 1, 2, and 3 in accordance with Addendum to FAR 52.212-1, Instructions to Offerors - Commercial, 1.c.ii.a (Section 1 - Contract Descriptions), b (Section 2 - Performance), and c (Section 3 - New Corporate Entities) on Pages 47 and 48. Question 19:Draft RFP, E.5 FAR 52.212-2 EVALUATION - Commercial Items - Addendum, b. Factors to be Evaluated, (2) Price Factor - Factor 3 - Page 50 of 70 - Please clarify this statement: "and a breakout worksheet, which details the labor mix per each CLIN." The "labor mix" (labor categories and number of hours) are specified in the provided Schedule B (section B.2). For example, CLIN 0001 states it is composed of 5,760 hours of a Junior level Accountant, while CLIN 0002 states it is composed of 11,520 hours of a Senior level Accountant. Are bidders able to change the labor mix and hours in section B.2 to reflect different hours/labor categories that are consistent with their approach? If no, what specific data does the VA anticipate receiving from bidders to "detail the labor mix per each CLIN?" Please provide a template to ensure bidders provide the required information. Response 19:Bidders are not able to change the labor mix and hours in Section B.2. Breakout shall consist of pricing which shows compliance with Wage determination requirements. It will also include how the option CLIN pricing was derived. Question 20:Draft RFP, E.5 FAR 52.212-2 EVALUATION - Commercial Items - Addendum, b. Evaluation Approach, (1) Non-Price Factors, ii. Factor 2 - Past Performance - Page 51 and 52 of 70 - Please clarify these statements in paragraph a ("relevance is considered experience in providing services similar in size, scope, and complexity") and b ("Past performance will also include evaluation of experience in completing projects in the same size/scope as the one being solicited for.") Is the same "size" to which past performance will be compared 9 FTEs (as reflected in the non-optional CLINs) or 99 FTEs (including the optional CLINs)? Response 20:Size would include the optional CLINS. Question 21:Draft PWS, 3.1 Facility and Coverage Hours - Page 2 of 13 - Please clarify this statement: "The Contractor shall recognize the FSC Support Center facility hours of 6:00 AM (Central) to 6:00 PM (Central), Monday through Friday." Does this statement mean contract staff will be required to provide support for all hours between 6:00 AM and 6:00 PM - meaning the initial 9 FTEs will be required to provide support for 60 hours/week? Response 21: It is anticipated the nine FTEs will work eight hours days. The hours of the initial nine can be staggered. Employees will not be providing support more than 40 hours per week. Question 22:Draft PWS, 10.1 Security and Privacy Requirements - Page 5 of 13 - Please provide a draft/template of the required Business Associate Agreement (BAA) to allow potential bidders to review the requirements and make an informed decision as to whether they are able to meet the requirements. Response 22:This statement will be removed in the final solicitation issued after draft solicitation. Question 23:Draft PWS, 5.1 Accounting - Page 5 of 13 - Please provide transaction volume data for the tasks to be performed to allow bidders to develop a reasonable staffing plan to meet the current and future requirements. For example, average monthly transactions by type (for example, refund payments, accounting transactions, deposits, etc.) and average processing time by transaction type. Please provide the data for the prior 2 years by month by day by hour (by day/hour is needed only if staffing is required from 6-6 each day to allow bidders to develop a shift schedule) and estimated transaction volume for the period of performance of this contract (needed to allow bidders to understand the requirement for staffing across the contract under the optional CLINs). Response 23:This is not a level of effort contract, but firm fixed priced with the necessary FTEs provided. The majority of the work will be performed between 8 am and 5 pm. Coverage for 6am to 8 am and 5 pm to 6 pm will be minimal. Question 24:Draft PWS, 10.3 Contractor Personnel Security Requirements - Page 11 of 13 - The referenced section states: "The Personnel Roster shall be updated and provided to VA within 1 day of any changes in personnel status, training certification completion status, Background Investigation level status, additions/removal of personnel, etc. throughout the PoP." Please clarify when the Personnel Roster is required to be submitted. All other references in the PWS say monthly within 10 days of the end of the month. Response 24:The one day only applies if there are any changes in personnel status, training certification completion status. Question 25:Draft PWS, 10.3 Contractor Personnel Security Requirements - Page 11 of 13 - 10.3.5 states: "For a Low Risk designation the following forms are required to be completed: 1.OF-306 and 2. DVA Memorandum - Electronic Fingerprints. These initial documents should be submitted to the COR within 5 business days after award; final documents shall be submitted no later than 30 days before the PoP." However, 10.2 states: "The position sensitivity and the level of background investigation commensurate with the required level of access for all tasks within the Performance Work Statement are Moderate/MBI (Tier 2)." Please clarify the designation for the contract positions and the correct documents that must be submitted. Response 25:Paragraph 10.3.5 only applies for a low risk designation personnel security requirement. Since this is a Level 2, Moderate Risk, designation personnel security requirement in accordance with Paragraph 10.2, then the Level 1 information in Paragraph 10.3.5 is not applicable. Question 26:What is the name of the previous incumbent, if any? Response 26:See Response 3. Question 27:What is the most previous contract amount awarded? Response 27:See Response 1. Question 28:Is there an incumbent performing this work today? Response 28:See Response 3. Question 29:Is the work requested inherently government work and the VA has a need to supplement that work with contractors? Response 29:This work is not inherently governmental. Question 30:Is the work cyclical in nature? Specifically, are there periods of surge or peak periods of activity (i.e., end of month, end of year)? Response 30:Yes, the work is cyclical in nature with small surges at End of Month (EOM) and the largest peak period is End of Year (EOY). Question 31:Is the VA asking for Improper payment testing; compliance with IPIA/IPERIA? Response 31:Yes, Improper payment testing and compliance with IPIA/IPERIA is within scope. See Paragraph 5.1.6 of Solicitation's Attachment A, Performance Work Statement (PWS). Question 32:Regarding Task 5.1.1, can the government please identify any metrics associated with tasks identified? Response 32:Yes. The sample metrics are listed as follows: a.Aging of Suspense Accounts: All outstanding documents less than or equal to 60 days b.Aging of Payables: 90% of open payables are within 90 days of the receiver date. c.Asset Accounts: Difference between the VA's Financial Management System (FMS) balance and Fixed Asset Subsystem (IFCAP) are less than $50,000. d.Unmatched Deposits/Disbursements SF-224: Reconciliation with Treasury performed within 2 months. Question 33:Regarding Task 5.1.2, can the government please identify the past volume of transactions of fiscal data entered into an automated financial system by the VA? (i.e., Monthly, Quarterly, Annually). In addition, can you please specify the type of data (payee, dates paid, amounts. and the source of the data (VA Forms, vendor invoices). Response 33:Over 500 million transactions are entered into VA's financial system of record each year. There are numerous transaction types (types of data), with the most common transactions entered by fiscal staff being obligations, journal vouchers (adjustments), expense transfers, bills of collections, advances, manual accruals and fixed asset related transactions. The source of the data ranges from email requests from VA staff to automated sources such as electronic vendor invoices. Question 34:Regarding Task 5.1.2, can the government please identify any automated financial systems used to input data and computer data bases accessed to query payment history information. Response 34:Financial Management System (FMS), Invoice Payment Processing System (IPPS), Integrated Funds Distribution Control Point Activity Accounting and Procurement (IFCAP), FASPAC (Intragovernmental Collections/Payments) Question 35:Regarding Task 5.1.2., can the government please identify metrics associated with correction and rejects of processed payments. Response 35:FSC staff normally corrects processes payment rejects within 2 business days of the reject. Question 36:Regarding Task 5.1.2, can the government please identify the past volume of transactions of refund payments for debts having been overpaid made by the VA? (i.e., both dollar value and number of refunds processed Monthly, Quarterly, Annually.) In addition, is this data obtained from IPIA testing? Response 36:FSC accounting staff processes approximately 100 refund payments for debts having been overpaid. The dollar amount varies and is generally less than $10 million in total. This volume is not cyclical and it is not relevant for the VA to provide an estimate by month, and quarter. Question 37:Regarding Tasks 5.1.3 through 5.1.6, - a.Can the government please tell us what level of effort is required for these activities? Are they looking for a senior level person with a CPA or other designation to perform tasks identified? b.Is the VA looking for a formal review/audit to accomplish these tasks? c.Does this work reside with a Quality Control/Quality Assurance or other internal control function? Response 37:a.The level of effort is specified in Section B.2, Price/Cost Schedule. b.There will not be an audit under this contracting effort. c.No, this work currently resides within the Financial Accounting Service. Question 38:Regarding the Optional CLINS, can the government please clarify how these optional CLINS are exercised? For example, are they for temporary services only for a specific time period or surge? Or will they be used for adding permanent staff thru contract end? Response 38: They will be exercised as needed and kept for a duration decided at the time the option is exercised. Question 39:We just want to make sure self-certifying SDVOB can still compete. Response 39:We are required to verify all SDVOSB through vetbiz. Only companies that are registered are able to propose on our contracts. Question 40:How are these services currently being performed? Under contract? In-house? Response 40: All work is currently done in house. Question 41:If these requirements are currently being performed under a contract, a.Who is the Contractor? b.What is the contract number? c.When does the contract expire? d.What is the current contract value? Response 41:See Response 3. Question 42:What is the anticipated RFP release date? Response 42It is anticipated the RFP will be released within 30 days. Question 43:Is there an incumbent contractor currently providing this requirement? If so, please identify the contractor, the contract number and the value? Response 43:See Response 3. Question 44:Was this effort previously competed? If so, what was the previous solicitation number? Response 44:See Response 3. Question 45:Is the current incumbent eligible to bid on the potential new solicitation? Response 45:See Response 3. Question 46:How many full time equivalent (FTE) personnel are performing on the current contract and what are the labor categories? Response 46: See answer 3 Question 47:Draft PWS section 5.0 - states 3 different levels of accounting support - Junior Level, Intermediate Level, and Senior Level Accountants. Please clarify how many of each will be required. What is stated would be classified as Accounting Clerks Level 1 - 3 as only 24 college credit hours is required plus the requisite years of experience. Response 47:The number of hours are given within the CLIN structure. Question 48:Section 3.1 of Draft PWS states that Facility & Coverage Hours is 12 hours Monday - Friday. Does this require that the accounting support personnel are to be on duty the whole timeframe? Response 48:See response 21. Question 49:Is this RFP subject to the Service Contract Act (SCA)? Response 49:Yes. Question 50:What will be the Federal Equivalent Hire on this RFP, in accordance with FAR Part 52.222-42 as it relates to PWS Section 5.0? Response 50:Refer to the final solicitation issued after draft solicitation. Question 51:Will this RFP be LPTA? Response 51:No. Question 52:Will the RFP Responses be allowed to be submitted electronically? Response 52:Yes. Question 53:Will the government please disclose whether or not there is an incumbent or if this is a new requirement? Response 53:See Responses 1 and 3. Question 54:If there is an incumbent, will the government please disclose the incumbent company? Response 54:See Response 3. Question 55:Section B.2 Price and Cost Schedule - Page 8 - CLIN 0001, CLIN 0002, CLIN 0003, CLIN 0004, CLIN 0005 - Will the government please confirm the total possible hours if all CLINs are executed is 190,080? Response 55:See quantities in the CLIN structure. Question 56:If accurate, will the government please elaborate regarding the use of the optional CLINs for RFP response and execution planning purposes? For example, is the intent to execute an optional CLIN in its entirety for an entire period of performance or is the intent to use only a portion of the optional CLINs for temporary, short term ramp up purposes? Response 56: The intent is to use the CLIN as needed. It is not possible to be defined at this time; however, short term ramp up and long term additional FTEs are possible throughout the life of the contract. Question 57:Section E.3 52.212-1 Instructions to the Offerors- Commercial Items (Oct 2015) ( e ) - Page 40 - Multiple offers. Offeror are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. - Will the government please clarify what "alternative terms and conditions" is referring to? Response 58:This is a standard clause and pertains to many types of contracts. The language is such to allow those purposing the option to submit multiple offers. Alternate terms and conditions could mean different pricing, or discounts, or teaming agreements or any other term or condition within the control of the offeror. Question 59:Will the government please clarify whether this is a multiple or single award RFQ? Response 59:Refer to Section E.5 FAR 52.212-2.a, Basis for Award. Question 60:The base CLINs are 9 for FTE and then 81 FTEs in optional CLINS. Do you require PP for of similar size and scope based on the 9 FTEs in base year or the 90 FTEs across all CLINs? Response 60:See Response 20. Question 61:Who is the incumbent contractor and when does their contract expire? Response 61:See Response 3. Question 62:What is the anticipated release timeframe for the final solicitation release? Response 62:See Response 42. Question 63:In Section 3.5 Telecommuting, the government states the provisions for being approved for telecommuting, but then stipulates that "The Government may revoke telecommuting and require personnel to return to work at the VA-FSC Austin, Texas locations unilaterally. This will be at no cost to the Government." Does this imply that the government expects telecommuting personnel to be within regular commuting distance of the identified site in Austin, TX (say within a 50 mile radius)? Response 63:At the start of the contract 100% will be on site at the Austin location. Teleworking may be approved at some point later in the contract. All personnel must be able to report to the facility within an hour of being requested to do so during working hours. Question 64:In Section 3.6 Continuity of Operations, The government states that "In order for travel to be reimbursed, the location of the VA-FSC Disaster Recovery site must be more than 50 milesone-way from the personnel's normal work site." If the contractor staff a telecommuter, is the normal work site considered to be their telecommuting location or the location of the Austin, TX facility? Response 64: The place of performance is the Austin Texas FSC Facility. This will be the work site for purposes of reimbursement. Question 65:Is there an anticipated release date and due date for the final solicitation? The FBO record says January 4, 2016, but the draft SF-1449 says TBD. Response 65:See Response 42. Question 66:For Price Volume III, can submission also include a narrative that describes the pricing approach? Response 66:A two page narrative maybe be included but is not required. Question 67:Is there an incumbent contractor for this solicitation? Response 67:See Response 3. Question 68:What are FSC expectations for on-site vs off-site work hours? Can contractor propose some percent of the team to execute from an off-site location, or does FSC expect 100% of resources to be on-site. Response 68:100% needs to be on-site for the start of the contract. Question 69:For the Intermediate and Senior Level Accountants, can additional years of accounting experience substitute for the 24 credit hours? Response 69: No. Question 70:Will standard FSC training courses be available for contractor resources to familiarize them with FSC standards? Response 70:Most training will be hands on with the exception of brief orientation training. Question 71:Under which contract are the incumbent services being provided? Response 71: See Response 3 Question 72: Does the Government anticipate a single award for this solicitation? Response 72:See Response 59. Question 73:We note the OMB guidance reference in section 2. Which VA accounting policies and procedures apply in performing these services? Response 73:All VA Financial policy and procedures apply. Question 74:Are job descriptions available for the junior, intermediate, and senior accountants? Response 74:No - work assignments will be made based on requisite experience. Question 75:Historically, what percentage of personnel on this contract telecommute? Response 75: This is a new effort within this office, so there is no historical data. Question 76:Is telecommuting permissible up to 5 days a week? Response 76: Telecommuting is not current permissible. If and when it because authorized it will be at the discretion of the Contracting Officer how many day are allowed which will be dependent on the needs of the office. Question 77:What are the estimated hours per FTE or skill level? Response 77:Please review the CLIN structure and PWS. Question 78:Are any of the positions part time? Response 78:No. The Government will no longer respond to questions received from industry in response to draft solicitation VA119-16-R-0039, Accounting Support Services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b0950cebe203e25b1d8c84dad557b34c)
- Document(s)
- Attachment
- File Name: VA119-16-R-0039 VA119-16-R-0039_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2478912&FileName=VA119-16-R-0039-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2478912&FileName=VA119-16-R-0039-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119-16-R-0039 VA119-16-R-0039_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2478912&FileName=VA119-16-R-0039-003.docx)
- Record
- SN03975937-W 20151224/151222234310-b0950cebe203e25b1d8c84dad557b34c (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 |