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