COMMERCE BUSINESS DAILY ISSUE OF JULY 11,2000 PSA#2639 RESPONSE TO QUESTIONS ON THE DEEPWATER OMNIBUS PROFESSIONAL ENGINEERING
SOLICITATION The following information is provided in response to
questions received against the Deepwater Omnibus Professional
Engineering Services solicitation. Response to Questions. 1. Where is
it indicated that this is small business set-aside and what are the
business size limitations? Response: The synopsis stated that the
procurement is 100% set-aside for small business participation. The
business size limitations are specified in clause K.6 on page 60. The
SIC is 8711 and the small standard is $20.0 million annual receipts for
an offeror's preceding 3 fiscal years. 2. Are resumes required for Key
Personnel and Personnel Data Forms (PDFs) required for non-key
personnel? Are resumes/PDFs required for all personnel? Response:
Resumes are not required. The Personnel Data Form (PDF) replaces the
requirement for resumes. Therefore, when reference to a resume is
cited, it is considered synonymous with the PDF. PDFs are required for
all proposed personnel. 3. Section B.2. This section states that
orders willreflect rates in effect on the day of the order. For
multi-year orders or orders issued near the end of a contract year,
this could be unreasonable for the contractor. Request that this
provision be modified to permit orders to contain multiple year labor
rates for performance periods that cross contract years. Response:
DELETE the following wording: The pricing of individual task orders
will be governed by those rates in effect on the day of issuance of the
order and those rates will govern until the end of performance under
that order. The fully burdened labor rates shall apply for the periods
specified. ADD: The pricing of individual task orders will be governed
by the fully burdened labor rates for each listed labor category in the
pricing table. An offeror shall propose its prices by filling in the
respective fully burdened labor rate and shall propose a fully burdened
hourly rate for each position. The fully burdened labor rates shall
apply for the periods specified. The specific skill mix, levelof effort
and location where work is to be performed shall be specified in
individual task orders and technical directives. 4. Section B.2. This
section provides a table of CLINs, rates, and hours for the first
contract year only. How should the offeror show rates and CLINs, etc.,
for contract years 2 through 4? Response: One pricing table shall be
submitted for each 12-month period. An offeror shall propose its prices
by filling in the respective fully burdened labor rate and shall
propose a fully burdened hourly rate for each position. The pricing
table section labeled Other Direct Costs (ODCs) identifies the only
ODCs allowable under the resulting contract. The offeror shall include
in the price proposal any indirect rates to be applied. The indirect
rates proposed are the only allowable costs to be added to the actual
ODCs. The following ODCs are permitted in the resulting contract:
Travel and Transportation: Allowable travel, as defined in the Joint
Travel Regulations, is travel other than that required in commuting to
and from the employee's place of employment. Other than local travel
can only be claimed when specifically authorized in advance, in
writing, by the Contracting Officer or Contracting Officer's
Representative (COR), and only up to the amount specified. The
Contractor shall be reimbursed for actual transportation costs and
travel allowances in accordance with FAR 31.205-46. The USCG will not
pay profit on travel expenses. All anticipated travel expenses shall be
calculated in conformance with the Joint Travel Regulation current at
the time of travel. Material Cost: Items necessary to the performance
of the work such as binders, software, presentation materials and the
like. Office supplies are considered material for purposes of this RFP
provided they are purchased in bulk at a cost greater than $25.00 per
month for all items inclusive. The fully burdened labor rates and ODCs
shall apply for the periods specified. A table for each contract period
is attached. The hours in the pricing tableare used for evaluation
purposes only and in no way bind the Government to a specific number of
hours. 5. Section B.2. May an offeror propose sub labor categories
(within the specified CLINs) with different rates for either (a)
subcontractor labor, or (b) specialties within a labor category?
Response: No 6. Section B.1 Scope indicates that the life of the
contract is four (4) years from the date of award. Section B.2 Pricing
of Delivery Orders indicates that the period of performance is Date of
Award through September 30, 2004. This contract end date is reflected
elsewhere in the solicitation document. Our interpretation is that the
fixed date (September 30, 2004) is the intended end date for the
contract. Is this a reasonable interpretation of the requirement?
Response: Yes 7. Ref. B.2 For labor category positions and CLINs where
the estimated man-hours exceed a man-year's equivalent, are all
positions in the particular labor category considered to be key or just
one position? Response: Yes, all labor categories identified in Section
I.12 are considered key personnel. 8. Does the G&A rate proposed in
Section B.2, CLIN 0017A cap the G&A for the period of the contract?
Response: Yes 9. Section C, paragraph 1.1 references the Deepwater
Capabilities Replacement Analysis Project. Is this a subset of the
Deepwater Project referenced in Section B.1? Response: They are one and
the same. 10. In Section C, Technical Appendix 1: Labor Categories for
Professional Engineering Services for the Deepwater Capability
Replacement Analysis Project. Is there an option to replace experience
for personnel without a degree of any kind? For example, could a labor
category that requires a Bachelor's degree and 5 years experience be
fulfilled with a person without a degree and 13 years experience in the
appropriate fields? Could you please provide some clarification on
this? Response: In accordance with the guidelines outlined in Section
C, Technical Appendix 1, experience may be substituted for minimum
education requirements and education may be substituted for minimum
years of experience, unless otherwise noted. Specific field experience
is credited as follows: Every one-year of specific field experience
equates to one-half year of degree qualifications. Therefore, if a
Bachelor's degree were the minimum requirement for a particular labor
category, 13 years experience could meet the minimum education and
experience requirement, given that all criteria are met. You would have
to have 8 years of specific field experience to meet the education
requirement and the remaining 5 years would apply to experience. 11.
Section C, Appendix 1, describes a Coordinator position. No hours are
assigned to this position in Section B. Response: Delete all reference
to Coordinator position. There is no requirement for a Coordinator
position. 12. Section C, p.14, where can we obtain copies of these
references? Response: Copies can be found on the Deepwater homepage and
the Department of Transportation homepage. Copies of specifications,
standards, and data item descriptions cited may be obtained from the
ASSIST database via the internet at http://assist.daps.mil or by
submitting a request to the Department of Defense Single Stock Point
(DoDSSP), Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA
19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
13. Section C, paragraph 1.3.7. Will the US Coast Guard allow
submission of contractor personnel who are in terminal leave status
(retiring from the Department of Defense approximately 60 days prior to
the official date of retirement)? Response: No. 14. Will it be
acceptable for employees to have a secret clearance when a task order
stipulates it, rather than requiring all employees to have a secret
clearance on the contract? Response: Yes. 15. Is there only one
Contracting Officer at the address indicated; if not, would you please
provide the name of the Contracting Officer for this contract?
Response: The Contracting Officer is Ms Ava Morgan. 16. Section H.2.
The caption of this section includes implies that it is applicable to
key personnel. However, the text applies to both key and non-key
personnel for whom PDFs are submitted. Please clarify whether the
contract will require all proposed personnel to be assigned to the
contract, or just proposed key personnel. Response: Personnel Data
Forms (PDFs) are required for all personnel, key and non-key personnel.
17. Section I.7. Employee class "Production Control Clerk" is not a
solicitation labor category. Please clarify. Response: Delete reference
to Production Control Clerk. It is not a solicitation labor category.
18. Section I.14 invokes the Service Contract act and specifies that
Wage Determination No. 94-2103, Revision 19 applies. a. Please provide
a copy of this wage determination, as it is essential for pricing and
not directly accessible by contractors. b. Please provide a
cross-reference as to which solicitation labor categories map to which
wage determined categories. Response: 1. Wage determinations are
available through the National Technical Information Service (NTIS)
Technology Administration, Department of Commerce, Springfield, VA
22161 Phone: (703) 605-6000 or website www.ntis.gov or
http://servicecontract.fedworld.gov 2. All categories identified in the
Employee Class map to the solicitation labor categories noted, except
Production Control Clerk. The Production Control Clerk covers employees
falling under Technical Information Specialist; Technical Information
Editor; Electronic Graphics/Text Specialist. 19. Section L.3 states
that fixed price, time and materials, and labor hour tasks may be
issued. However, neither Sections B, H nor Section I provide any
information or procedures for issuing fixed price orders. Please
clarify. Response: Specific tasks shall be negotiated by individual
task orders. The successful contractor shall be requested to submit a
proposal(s) based on individual task. The particular contract type
shall be identified in the request for proposal. All proposed prices
shall be basedon the established labor categories and respective fully
burdened hourly rates. 20. Section L.7. Please clarify which materials
are or are not included in the 50-page limit for the Volume I Technical
Proposal. That is, does the page limit include (a) table of contents?
(b) tables, figures, charts, foldouts? (c) PDFs? Note that if the limit
includes PDFs, there would be virtually no room left for the rest of
the proposal. Response: The total page limitation for the Volume I
Technical Proposal is 50 pages. Foldouts are considered part of the
page limitation. Offerors are encouraged to present their proposals in
as succinct a manner as possible. The Offerors may use foldout pages
to present illustrations, diagrams, and matrices. All diagrams should
be readable, understandable, and should not require excessive narration
in the body of the proposal. The use of foldout pages is limited to, a
maximum of 3, of the total number of pages in the proposal submission.
The ability of the Offeror to communicate information effectively and
concisely is a component of the evaluation. The following items are
excluded from the 50-page limitation, but several of these items have
individual page limitations:  Personnel Data Forms (Not To
Exceed 2 pages each)  All pricing spreadsheets and supporting
narrative  Past Performance Reference Information (Not To
Exceed 1 page each)  Proposal cover letter(s), title page(s),
tables of contents, dividers, acronym lists, and organization charts
 The glossary and index (if any are included) 
Appendices (if any are included) Note: USCG will NOT evaluate items
contained in appendices, if the Offeror includes any. 21. Will Past
Performance and Corporate Experience be evaluated for the entire team
as a whole or will only the Prime's past performance be considered?
Response: The team's past performance and corporate experience will be
evaluated. However, the offeror is reminded that it is responsible for
and must be judged capable of performing the majority of the work (51%)
during the term of the contract. 22. Section L.7 page 76 describes the
submission requirements for the Oral Presentation and requires use of
Microsoft PowerPoint 97. The description discusses briefing documents
and slides. Our interpretation is that the briefing documents refer to
the Notes pages included in PowerPoint 97 and that the hardcopy version
of the requirement would be satisfied by printing Notes pages with the
Slide on the top half of the page and the Notes on the bottom half. Is
that a reasonable interpretation of the requirement? Response: Yes 23.
Section L.7 page 76 states "Only black and white versions of the
briefing are allowed for both the paper copy and slides submitted." Our
interpretation is that this requirement does not preclude the use of
color in the briefing slides to be presented but implies that when
printed in black and white for hardcopy submission that the resulting
slides must be legible with no loss of clarity and information. Is this
a reasonable interpretation of the requirement? Response: Yes 24. How
many hours does the US Coast Guard consider to be a full man-year?
Response: Between 1800 and 1900 hours, taking into account vacations,
holidays, etc. and individual accounting systems. 25. Item 10 of the
PDF is titled "EXPERIENCE ELEMENT." Does "ELEMENT' refer to one or more
specific categories contained elsewhere in the solicitation? Response:
No. In accordance with the instructions cited in L.5, Item 10.
Requires a synopsis of the employee's primary experience that is being
detailed in items 11-13. 26. Is it necessary to provide the exact day
of employment when listing individual's experience on PDF forms?
Response: Yes. 27. Section L.7 (1) Written Component is corrected to
read as follows: Written Component. Past Performance/Corporate
Experience and Personnel Resources shall address only the requirements
for performance of the contract and shall not contain any cost or
pricing information. This includes providing information on past
performance/corporate experience and personnel resources with respect
to the relevance and quantity of such experience to accomplishing the
requirements of the Statement of Work. Each page of each copy should
contain the following legend: Source Selection Information See FAR
3.104 The experience of mentors, partners, or significant
subcontractors may also be provided, but the offeror is reminded that
it is responsible for and must be judged capable of performing the
majority of the work (51%) during the term of the contract. 28. Section
L.7(j), page 79, states "the proposal shall concisely describe the
offeror's response to the requirements of the solicitation." Page 80
asks for Past Performance, Personnel Info, & Management Approach. Does
the requested information on page 80 satisfy the requirements on page
79? Response: No. The instructions provided in Sections L and M,
collectively, satisfy the requirements. L.7 specifies the proposal
submission instructions and requirements for proposal content. Section
M.2 outlines the evaluation criteria and basis for award. Past
performance/corporate experience provides information on how the
offeror performed on other contracts, whereas the Management Approach
details how the offeror proposes to perform the requirements of this
solicitation. Conforming to the requirements of Sections C, L, and M
satisfy the evaluation factors identified in the solicitation. 29.
Regarding the oral proposal the RFP refers in various parts to both
"slides" and "viewgraphs." Confirm that overhead transparencies
projected from an overhead projector are not to be used for the oral
presentation. Response: Overhead transparencies may be used. 30.
Section L.7 requires submission of one original paper copy and one
electronic version of the oral presentation "prior to the scheduled
presentation." Is this in addition to the copies required with the
offeror's proposal? Response: No, this is not in addition to the
submission provided with the offeror's proposal. The original paper
copy and the electronic version is required with the offeror's
proposal. 31. Reference L.7 (b) -- To fulfill the substitute briefer
requirement for the Project Manager as stipulated in subject paragraph,
it will be necessary to tab someone who is not listed as one of the
seven key personnel candidates. How do we identify this person on his
PDF form? Is he to be the eight key person and identified as Project
Manager (Substitute Briefer)? Response: Reference L.7 (2)(b). The
Offeror's presentation team shall consist of no more than six (6)
people, one of whom shall be authorized to contractually obligate the
company. The individual who presents the oral proposal must be an
employee of the company, preferably the proposed Project Manager, not
a paid briefer, and his/her PDF must also have been included with the
key personnel identified in I.12. Should a last minute substitution of
the briefer occur, the individual who substitutes must be at the same
or higher level in the company or his/her PDF must also have been
included with the key personnel. 32. Is there an incumbent contractor
performing this work now? Response: No. Various contracting vehicles
have been utilized to fulfill the Deepwater Project requirements
interagency agreements/MIPRs and GSA orders. 33. General. What
percentage of the work will be conducted on-site at the USCG facility
versus the contractor site? If work is to be conducted at Government
facilities, please specify (a) how many staff, and (b) in which labor
categories. Their are no instructions in Section L (volume I format) or
Evaluation Criteria in Section M which provides guidance and a basis
for the Government to evaluate. Response: Due to limited workspace,
work shall be performed at the Contractor site. 34. Offerors should
make copies of the Labor Table for each period of performance. Period
Of Performance: YEAR 1 (October 1, 2000 through September 30, 2001)
Period Of Performance: YEAR 2 (October 1, 2001 through September 30,
2002) Period Of Performance: YEAR 3 (October 1, 2002 through September
30, 2003) Period Of Performance: YEAR 4 (October 1, 2003 through
September 30, 2004) See Note 1. E-MAIL: Click here to contact the
Contracting Officer via, amorgan@comdt.uscg.mil. Posted 07/07/00
(W-SN472615). Loren Data Corp. http://www.ld.com (SYN# 0473 20000711\SP-0001.MSC)
| SP - Special Notices Index
|
Issue Index |
Created on July 10, 2000 by Loren Data Corp. --
info@ld.com
|
|
|