Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

70 -- FirstSource III Draft Solicitation

Notice Date
4/22/2021 3:02:00 PM
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
INFO TECH ACQ CENTER WASHINGTON DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70RTAC21R00000003
 
Response Due
3/10/2021 10:00:00 AM
 
Archive Date
02/25/2022
 
Point of Contact
FirstSource III Contracting Team
 
E-Mail Address
FSIII@hq.dhs.gov
(FSIII@hq.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UPDATE 4.20.2021 Dear Industry Partners, Please note that the FirstSource III Solicitation has been issued on beta.sam as FirstSource III Solicitation.� The notice ID is 70RTAC21R00000003. *** UPDATE 3.8.2021 Dear Industry Partners, It has been brought to our attention that an incorrect e-mail address was provided below.� The correct e-mail address for comments is FSIII@hq.dhs.gov.� If you have previously submitted comments, please resubmit them to FSIII@hq.dhs.gov.� Thank you and our apologies for the inconvenience. *** UPDATE 2.25.2021 Dear Industry Partners, The Department of Homeland Security (DHS) Office of Procurement Operations (OPO) is pleased to present a second DRAFT solicitation for the FirstSource III program.� DHS appreciates industry�s feedback on the initial draft issued in November and has incorporated that feedback into this draft.� This draft is near final and will closely represent the final solicitation.� Notably, the statement of work has been updated to reflect the incorporation of the second NAICS code, 511210 footnote 20, Software Publishing and includes definitions to distinguish IT Value Added Reseller (ITVAR) requirements from Software Publishing requirements.� The reporting section and report templates have also been updated based on feedback.� Most importantly, the instructions to offerors (Section L) and evaluation (Section M) are included, which will clearly demonstrate how DHS intends to request and evaluate proposals for FirstSource III from a technical perspective.� DHS seeks industry�s feedback in particular, on price.� DHS understands that the FirstSource II pricing approach was extensive and complex and seeks to take a different approach for FirstSource III. Two sets of pricing models are included with the draft solicitation as separate attachments.� One is a more traditional model, based on quantities, and the second is based on discounts.� The discount model is included to acknowledge the vast marketplace for IT commodities and with the understanding that not all potential offerors will be able to provide all product lines from every manufacturer.� This model will also provide latitude for industry to adjust its offerings over the life of the vehicle. The instructions (Section L) are included for each model and we have included pricing model questions for you to answer on tab one of the Questions and Comments Template.� DHS will again use industry�s valuable feedback to determine its pricing approach for FirstSource III. Once final, the single solicitation will result in two source selections, one for each Functional Category, ITVAR and Software Publishing.� Multiple awards will be made in each Functional Category in each of the small business and small business socioeconomic tracks: 8(a), HUBZone, Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB).� Offerors will be able to submit more than one proposal. Draft Solicitation Documents: The following documents are included as part of this draft solicitation: This cover document The Excel sheet including two tabs entitled Questions and Comments Template The draft solicitation 70RTAC21R00000003 Attachment 1 � Sample Pricing Model Option (quantities) Attachment 2 � Pricing Discount Model Option Attachment 3 � Transactional Data Report (TDR) Template Attachment 4 � EPEAT Report Template Attachment 5 � No-Bid Report Template Attachment 6 � Compliance Checklists (Phases I & II) Attachment 7 � Past Performance Reference Check Respondent Instructions:� DHS welcomes your suggestions and/or questions about the draft FirstSource III pricing models and responses to the pricing questions and draft solicitation but does not intend to issue direct responses to individual suggestions and/or questions at this time.� DHS will consider all suggestions and/or questions in finalizing the FirstSource III solicitation and will make an effort to ensure improved clarity for elements that prompt suggestions and/or questions.� All suggestions and/or questions should be provided using the Excel file entitled Questions and Comments Template which is posted on www.beta.SAM.gov along with the draft solicitation.� Suggestions and/or questions should include entries in each template cell and must be received at FSIII@dhs.gov on or before 1pm ET, March 10, 2021.� DHS will only consider suggestions and/or questions received by the above date and time and in the format requested. Immediately below are anticipated near term milestone events: Draft solicitation release:� February 25, 2021 Suggestions/questions due:� March 10, 2021 Final solicitation released:� On or about April 6, 2021 Virtual presoilcitation conference:� Mid-April 2021 *** UPDATE 2.5.2021 Dear Industry Partners, The FirstSource III Contracting Team will be releasing an updated draft solicitation at the end of February 2021.� This draft has incorporated your valuable feedback and will be a near final version.� It will include the evaluation instructions and factors, and most importantly the pricing model for your review and comment. �A timeline will also be provided when the draft solicitation is released. Thank you for your continued interest in the FirstSource III�program. *** UPDATE 12.10.2020 Dear Industry Partners, The FirstSource III Contracting Team is providing this update as a result of the FirstSource III Small Business Outreach Event which was held December 10, 2020.� We are providing a recording of the event and the slides as an update to this notice.� We are still reviewing the questions submitted during the event and anticipate providing a response to those that will be of greatest benefit to FirstSource III offerors.� In the meantime, please see an updated near term schedule for the release of the FirstSource III solicitation: Late January 2021: Solicitation Release Late January 2021:� Preproposal Conference Mid February 2021: Phase I Proposals Due Thank you for your participation and your continued interest in the FirstSource III program. *** FirstSource III Small Business Outreach Event Dear Industry Partners, DHS is hosting a FirstSource III virtual small business outreach event on Thursday, December 10, 2020 from 10:00am to 11:30am Eastern.� During our virtual small business event the Executive Director of the DHS Office of Small and Disadvantaged Business Utilization (OSDBU) and a representative from the Small Business Administration will discuss topics of interest for small businesses and how they will impact FirstSource III, such as NAICS Codes and size standards, the Non Manufacturer Rule, Joint Ventures and Teaming Arrangements.� A Question and Answer session will also be held during the virtual event and a status update on the FirstSource III solicitation will be provided. �Information on how to register for this event is provided below.� We look forward to your attendance. �� Registration Instructions: Registration is required for each attendee.� Industry partners are limited to no more than three (3) individuals per company. If you are interested in attending the FirstSource III virtual small business event, please register at the below link no later than December 8, 2020, 11:59pm EST.� Reservations through any other means will not be accepted or allowed. Please register as soon as possible.� A follow up email will be sent after the registration closing date to confirm your registration status as confirmed or waitlisted. https://cvent.me/zRgRbw Please see below for small business engagement session details: Date: December 10, 2020 Time: 10:00am � 11:30am Location:� virtual (link to be provided with confirmation) As always, we thank you for your interest and we look forward to your participation throughout the FirstSource III industry engagement process. *** The NAICS Codes for FirstSource III will be 541519 footnote18, IT Value Added Reseller and 511210 footnote 20, Software Publishing.� The Product Service Code (PSC) is still to be determined. The following is a link to the previous FirstSource III industry notice: https://beta.sam.gov/opp/79c94985b2544899bfccf43f85939780/view?keywords=%22FirstSource%20III%22&sort=-relevance&index=opp&is_active=true&page=1 Prospective Offerors: The Department of Homeland Security (DHS) Office of Procurement Operations (OPO) is pleased to present a DRAFT solicitation for the FirstSource III program.� This draft solicitation is intended to provide industry with further information on the in-development, draft DHS acquisition strategy and to elicit suggestions and/or questions to improve the final FirstSource III request for proposal (RFP).� In several instances throughout this package, the Government has provided a narrative (as opposed to standard solicitation language and/or terms and conditions) in an attempt to convey its current intent to prospective FirstSource III Offerors.� These areas are designated by the word �Note.� Since its inception in 2005, the FirstSource program has been a cornerstone of the DHS Small Business and Strategic Sourcing programs.� With FirstSource III, DHS anticipates replacing the current suite of FirstSource II contracts with awards that are more beneficial by incorporating lessons learned from the previous fifteen years.� As reflected in the attached draft solicitation, the in-development FirstSource III acquisition strategy is summarized as follows:��� Objective and Target Companies:� The primary objective of the FirstSource III acquisition is to establish contracts with experienced Information Technology (IT) Value-Added Resellers (VAR) and experienced Software Publishers. Under FirstSource III offerors with the aforementioned experience will provide a variety of commercially available IT commodity products and services as well as a variety of commercially available software solutions, all of which directly support DHS programs in accomplishing their missions. A primary goal of this acquisition is to generate cost avoidance and savings by leveraging the buying power of DHS and its components, ultimately resulting in the best value for the Government. Non-manufacturer Rule Waiver for FirstSource III: The Small Business Administration (SBA) approved a waiver to the Non-Manufacturer Rule (NMR) for the FirstSource III program and all delivery orders issued under FirstSource III.� The NMR waiver was approved on September 15, 2020 and applies to the North American Industrial Classification System (NAICS) codes under FirstSource III. For additional information regarding the non-manufacturer rule please reference 13 CFR 121.406. Note: There are two NAICS codes for FirstSource III:� 541519, footnote 18 Information Technology Value Added Resellers (ITVAR); and 511210, footnote 20 Software Publishing. This is a change from FirstSource II, which only had a single NAICS code, 541519, footnote 18, ITVAR. There will be more discussion about NAICS codes later in this document. Small Business Strategy: FirstSource III provides for prime contracts in five functional categories to include four socio-economic set-aside categories: �(1) 8(a); (2) Historically Underutilized Business Zones (HUBZone); (3) Service-Disabled, Veteran-Owned Small Business (SDVOSB); (4) Women-Owned Small Business (WOSB); and (5) a general all small business category. DHS is currently exploring different potential solicitation, evaluation, and award strategies associated with FirstSource III requirements. It is anticipated that the outcome of such exploration will result in the release of a single FirstSource III solicitation including NAICS 541519 footnote 18 ITVAR and NAICS 511210, footnote 20 Software Publishing requirements, where evaluations are conducted and awards made separately for ITVAR and software publishing across each of the aforementioned set-aside categories and NAICS. ��� Note: a single draft, FirstSource III solicitation is provided here for industry review and comment. Draft solicitation requirements, terms and conditions, and evaluation criteria within this document represent combined NAICS 541519, footnote 18 ITVAR and NAICS 511210, footnote 20 Software Publishing coverage. DHS is currently exploring potential solicitation, evaluation, and award strategies associated with FirstSource III requirements, where exploration may result in the draft solicitation requirements, terms and conditions, and evaluation criteria being updated, as required, to ensure a clear delineation between the requirements associated with the aforementioned two NAICS codes. As represented within the small business strategy tables below, DHS has established draft definitions for the requirements associated with NAICS 541519, footnote 18 ITVAR and NAICS 511210, footnote 20 Software Publishing that will apply to FirstSource III. At this time DHS seeks your input regarding the draft definition content. Information Technology Value-Added Reseller - Inclusive of all COTS IT Hardware/Equipment, Managed Services, ancillary Software, and all required Value-Added Services where applicable, IAW NAICS 541519, footnote 18. Software Publishing - Inclusive of ONLY Software (Licensing, Seats, etc.), ancillary Software Services (Maintenance, Patches, etc.) IAW NAICS 511210, footnote 20. Similar to FirstSource II it is anticipated that interested small businesses certified in multiple set-aside categories will have the ability to submit multiple proposals if they hold multiple small business category certifications under the aforementioned NAICS under FirstSource III. For illustration purposes, a simplified visual depiction of the small business strategy is provided in the attached Draft Solicitation Cover. Please see the attachment for the referenced table. Indefinite Delivery/Indefinite Quantity Contract:� DHS intends to award multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts from this solicitation for commercial items under Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items) using the source selection procedures of FAR 15 (Contracting by Negotiation). As represented immediately above, DHS anticipates awarding multiple IDIQ contracts for IT Value Added Resellers under NAICS 541519 footnote 18 separately from software under NAICS 511210 footnote 20.� The contracts will be �mandatory-for-use� within DHS and its components.��� Ordering under multiple award contracts will be based upon the fair opportunity procedures of FAR 16.505(b).� Fair opportunity will be conducted by Delivery Order Contracting Officers selecting one (1) of the five (5) socioeconomic categories and competing the order among those firms within the selected category.� For example, if the 8(a) category is selected, only the 8(a) firms will compete for the order.� The delivery order Contacting Officer will select the socioeconomic category under which to compete the requirement by reviewing the Small Business Administration (SBA) guidance and advice from the DHS component small business specialist.� DHS anticipates a significant level of competition for FirstSource III.� We strongly encourage interested companies to thoroughly read the evaluation criteria in the draft solicitation and final solicitation prior to preparing a proposal to determine if your experience and qualifications as an ITVAR and/or Software Publisher are strong enough, relative to the competitors in your small business category in order to have a reasonable chance for award.��� To ensure continued communication associated with FirstSource III, DHS is planning additional industry engagement events. As represented in the upcoming events table further below, a recent engagement event is anticipated, which is aimed at ensuring a better understanding of small business regulations and policies fully applicable to the FirstSource III requirement. Interested Offerors are advised that attendance in the aforementioned engagement events is not required to participate in this acquisition. FirstSource III related engagement information and materials will be posted on www.beta.SAM.gov. DHS does not intend to maintain an interested vendor list, so expressions of interest are not required.� Respondent Instructions:� DHS welcomes your suggestions and/or questions about the draft FirstSource III strategy and solicitation but does not intend to issue direct responses to individual suggestions and/or questions at this time.� DHS will consider all suggestions and/or questions in finalizing the FirstSource III strategy and for inclusion in the final solicitation and will make an effort to ensure improved clarity for elements that prompt suggestions and/or questions.� ALL suggestions and/or questions should be provided using the Excel file entitled �Template for Suggestions and/or Questions on FirstSource III Draft Strategy and Draft Request for Proposal�, which is posted on www.beta.SAM.gov along with this draft document. Suggestions and/or questions �should include entries in each template cell and must be received at FSIII@dhs.gov on or before 4:00pm ET, November 20, 2020. DHS will only consider suggestion and/or question responses provided in full accordance with the Template for Suggestions and/or Questions on FirstSource III Draft Strategy and Draft Request for Proposal received by the date and time represented immediately above. �� Included immediately below are those anticipated milestone dates associated with the FirstSource III requirement. Draft Solicitation Release:� November 5, 2020 Industry Draft Solicitation Suggestions/Questions:� November 20, 2020 FirstSource III Virtual Industry Engagement Event:� Anticipated Week Of�November 30 � December 4, 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e97bc38615c5459f84395644b96dd394/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05980906-F 20210424/210422230117 (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  © 1994-2020, Loren Data Corp.