Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165

Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245, Washington, DC 20310-5200

D -- DRAFT SOLICITATION AMENDMENT, JOINT ANALYTICAL SUPPORT PROGRAM SOL DASW01-98-R-0103 POC Denise Roberts, Contract Specialist WEB: under Business Opportunities, click here to download, http://www.hqda.army.mil. E-MAIL: click here to contact the contract specialist via, RoberDA@hqda.army.mil. Answers to questions generated by the JASP draft RFP. Q. What is the expected date of RFP release? A. Anticipate end of August, beginning of September. Q. What is the anticipated schedule for contract award? A. Anticipate a February 1999 award date. Q. What type of contract will result from this solicitation (Cost Plus, FFP, etc.)? A. IDIQ loaded labor hours. Q. Will the structure of Section B be provided in draft form? A. No, Section B will be provided in final RFP. Q. Will questions and answers from all interested parties be disseminated to each company providing a response to the draft solicitation? A. Yes, they will be posted as an amendment to the draft solicitation. Q. The draft RFP does not indicate number of personnel (by category) or expected man hours/fiscal year (by labor category) that are expected to be delivered. Will this information be provided in the updated SOW? A. Yes, in Section B of the final RFP. Q. Will resumes be excluded from the 50 page count? A. Yes, and the technical proposal page limit has been expanded to 75 pages. Q. Will the past performance section be excluded from the 50 page count? A. Yes, and the technical proposal page limit has been expanded to 75 pages. Q. Can the technical proposal page count be expanded? A. Yes, it has been expanded to 75 pages. Q. Currently, the draft does not provide enough information to determine how many people/positions are required for each "key" category. Will this information be provided? A. Yes, in Section B of the final RFP. Q. Will each team member/sub-contractor be able to submit 3-5 contracts for past performance? A. Yes. Q. Is there any reason as to why the submittal for past performance will be required prior to the proposal submittal date? A. Yes, in order to give the Government adequate time to review. Q. Will the Government provide a reasonable amount of time to develop the Past Performance sections? A. Yes. Q. The evaluation criteria percentage and the Government's requirements for extremely qualified personnel do notappear to be in sync. The Personnel Section is less than 6% of the evaluation criteria? A. It has been raised to 10%. Q. Will it be a problem if an employee is required to relocate (PCS) to a location to support a CINC if the delivery order (Task Management Request) is less than 12 months? A. The FAR provisions will be followed. Q. Section L identifies a requirement for Technical Expert (TE) employees in Germany. Is there any limitation as to the 12 months for Technical Expert status and/or issues with obtaining TE status for short term support at this location? A. The FAR provisions will be followed. Q. Is this contract a follow-on to an existing contract? A. Yes; however, the work has been expanded. Q. If so, can you provide the contract number? A. DASW01-94-D-0036. Q. Who is the incumbent? A. Computer Science Corporation (CSC). Q. Past performance. Would it be useful to attach some pre-defined criteria that relates prior performance to specific JASP requirements? A. Yes, see Section L of the final RFP. Q. Is the intent that the Sub-contracting Plan be included in the Technical Proposal? A. Yes. Q. What is the Task Management Process (TMR)? A. See final SOW, Section 2.1 Scope. Q. Paragraph 2.2 Location stipulates 35 locations but only 13 locations are enumerated. Please clarify. A. Reference to 35 locations does not appear in final RFP. Q. Understand that DOD-STD-2167A was replaced by IEEE/EIA 12207? A. Correct, and change is reflected in final RFP. Q. What is the relationship between Delivery Orders and Task Management Requests? A. They are synonymous; however, the term Delivery Order will not be used in the final RFP. Q. How will "JS or CINC Software Modernization Program Configuration Management Plans" be made available? A. Via TMRs. Examples will be in bidders' library. Q. Will the government require prime contractors to perform at a specific SEI Capability Maturity Model (CMM) level for software development? A. Yes, requirement is in final RFP. Q. Does the Government plan to use sample task(s) as part of the RFP? A. No. Q. What does the 50 page limit include? A. Section L of the final RFP has been revised. The technical proposal shall be no more than seventy-five (75) pages, a separate and distinct document from the executed solicitation and cost proposal. The pages are to be typewritten, no less than single line spacing, no smaller than 12-point Times Roman (or Times New Roman), on standard 8- ? X 11? paper. A maximum of six foldouts, no larger than 24- ? X 11? are permitted for charts and diagrams. If double sided, each printed side of the paper will count as one page and shall not exceed the page limitation cited above. Excluded from the 75 page limit are blank pages, cover letter, title page, table of contents, glossary, acronym list, personnel r sum s, foldouts, and the Past Performance Reference List. If tab indexing is used to identify sections, tab indices with no data other than the section identity will be excluded from the page count. The offeror shall not include any pricing informationin their technical proposal. Any proposal pages submitted in excess of the page limitations set forth above will be removed and will not be evaluated. Q. Please clarify if "Task Category" is the same as "Task"? A. It is same, however "Task Category" phrase has been eliminated from final RFP. Q. Sub-factors (a) and (c) of Factor 2, Section L, required a detailed work plan, schedule, proposed personnel/percent of time, project management plan, etc. for each task. Does this refer to the 12 SOW tasks or to a specific task specified in a TMR or RFP sample task(s)? A. Sections L & M have been modified in the final RFP, however, any tasks referred to remain the tasks in the SOW. Q. The draft RFP cites a requirement for a proposed milestone schedule. In the absence of a TMR for specific work, what is the basis for the schedule? A. The requirement has been dropped from the final RFP, however, milestone schedules could be required by individual TMRs. Q. The Draft RFP does not clearly prohibit offerors from reducing their rates to make the lowest cost bid by billing uncompensated overtime. If this practice is allowed in the RFP how will government gain insight into how much productivity is actually delivered to the contract? A. The final RFP will require any bids that contain hours in excess of 40 per week per person be separately identified. Q. Is it the government's intent that all personnel in labor categories designated as "key positions" are key personnel? A. Yes. Q. That only personnel in those labor categories be key personnel? A. No, while a Senior Military Analyst is designated a key position, a Military Analyst is not. Q. Is the offeror expected to identify personnel as "key" as stated on page 38 or has the government already done that as implied on page 48? A. The government has identified the positions as key as on page 48. It is the responsibility of the offeror to identify individuals as key personnel to fill the key positions. Q. Will there be small business and 8(a) set-asides for this work? A. No, but teaming arrangements are acceptable and encouraged. Q. Will there be multiple team awards among prime contractors or a single team award? A. A single award is anticipated; the prime contractor will determine the teaming arrangements. Q. Is the solicitation open and unrestricted or a small business set aside? A. Open and unrestricited. Q. What is anticipated value of the contract? A. $3,450,000 is the anticipated minimum guarantee on this IDIQ award. Q. What is the period of performance? A. Base Year plus 4 Option Years. Q. Is there a bidder's list? A. Yes. Q. Are you going to use the GSA schedule for the compete/recompete? A. No. Q. When is contract award expected? A. February 1999. Q. Are any of the work requirements presented in the JASP draft SOW, meant to supercede or replace work that Noesis is currently performing? A. No. Q. What is the estimated total number of personnel by labor category that may be contracted in this solicitation and where will they be located? A. See Section B of the final RFP when it comes out. Q. Does this contract require the offeror to store or process classified data at their facility that is Top Secret (TS), Special Compartmented Information (SCI), or Special Access? A. No. Q. Are any of the work requirements presented in the JASP Draft Statement of Work meant to supercede or replace work currently being performed under DASW01-97-C-0049? A. No. Q. Am I to understand that this draft solicitation includes the Joint Warfighting Center located at Ft. Monroe, VA? A. Yes. Q. Does the JASP include ACOM's Joint Training Analysis and Simulation Center in Suffolk? A. Yes. Q. Who is the government Program Manager? A. The name of the Government Program Manager will be provided at time of contract award. Q. What is the business size requirement? A. The business size is determined by the SIC code designated for this solicitation in accordance with size standards specified in FAR Part 19.102. Posted 08/20/98 (W-SN239849). (0232)

Loren Data Corp. http://www.ld.com (SYN# 0027 19980824\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page