STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers



Similar documents
Monitoring Subcontracts. The views expressed in this presentation are DCAA's views and not necessarily the views of other DoD organizations

Preaward Survey of Prospective Contractor Accounting System Checklist

PART SMALL BUSINESS PROGRAMS

Utilization of Small Business Concerns.

Contractor Purchasing System Review (CPSR)

OMB Uniform Guidance Procurement Standards Pilot Worthy?

SECTION K REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS

CHAPTER 8. Table of Contents

DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA

SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS. NAME OF OFFEROR (Firm or Organization) OFFEROR DUNS NUMBER

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

Government Contracting 101 PART 2. Text File. Welcome to SBA s training program, Government Contracting 101, Part 2.

Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions

DCAA Our Role. Laura Cloyd-Hall, CPA, MBA John D. Mollohan II, CPA, CFE. Page 1. DCAA : Celebrating 50 Years of Excellence

2004 Small Business Pocket Guide

Good News for Small Businesses!

Government Contracting and Earned Value Management (EVM)

SMALL BUSINESS SUBCONTRACTING PLAN FORM (January 2015)

How To Write A Subcontrct Plan

Questions and Answers. Army Enterprise Resource Planning (ERP) Services Industry Day 27 February Responses noted in blue italics.

TABLE OF CONTENTS. 1. Understanding Subcontracting Goals Method Used to Develop Subcontracting Goals Master Subcontracting Plan 2

SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS. Updated through FAC Last updated: 02/2016

Government Contractor Business Systems and Overview of System Assessments

Testimony. Patrick J. Fitzgerald Director, Defense Contract Audit Agency. before the. Commission on Wartime Contracting In Iraq and Afghanistan

COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATIONS

Strategic Implications of the New DFARS Business System Rule Co-presented by Venable LLP and Argy, Wiltse & Robinson June 12, 2012

Sub- contracting Plans:

How To Write A Small Business Plan

SMALL BUSINESS SUBCONTRACTING PLAN (Template-edit all red font items)

UNIT 34: COST ACCOUNTING STANDARDS

MIT LINCOLN LABORATORY REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL (JUNE 2014)

DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA

Federal Acquisition Reform Act

Decision. Matter of: Orion Technology, Inc. File: B Date: January 13, 2012

Introduction. What Every Large Business Should Know About Small Business Subcontracting Plans. Matt Koehl Diego Hunt

Contractor Purchasing System Review (CPSR) Guidebook

Subcontracting Plans. Diane G. Dempsey BAE Systems Intelligence & Security Sector Director, Socio-Economic Business Programs

SAMPLE. $ $ $ $ Base year or Option #1 Option #2 Option #3 Multi-year amount (If applicable) (If applicable) (If applicable)

FAR Clause CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (NOVEMBER 2015)

Decision. Sygnetics, Inc. Matter of: B File: Date: August 25, 2011

Welcome to Overcoming Small Business Challenges In Today s Federal Marketplace

Time s Up: DCAA s Renewed Focus on Incurred Cost Submissions

DCAA Audit R 4 Rights to Records, Requirements & Remedies

Audit Issues In Government Subcontracting

Department of Defense INSTRUCTION

Accounting System Requirements

DCAA Perspective: Key Subcontracting Practices for Maintaining Approved Business Systems Accounting System and Estimating System

Contract Compliance and the Federal Acquisition Regulation (FAR)

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)

How To Write A Contract Plan

TOPIC 12 CONTRACT COST AND PRICE ANALYSIS

SECTION I (Applies to all offers)

APPENDIX H SMALL BUSINESS SUBCONTRACTING PLAN. Applicable to the Operations of Brookhaven National Laboratory

Principal Types of Subcontracted Supplies/Services

GAO DEFENSE CONTRACTING. Contract Risk a Key Factor in Assessing Excessive Pass-Through Charges. Report to Congressional Committees

Time-and-Materials and Labor-Hour Contracts The New Policies

NCMA MEETING PREPARING FOR A DCAA PRICE PROPOSAL AUDIT JUNE 8, 2011

INSTRUCTIONS TO OFFERORS

24 CFR PART Procurement. States. Procurement standards.

Small Business Training

MODEL SMALL BUSINESS SUBCONTRACTING PLAN. Lawrence Livermore National Security, LLC (LLNS) 7000 East Avenue / P.O. Box 5012 Livermore, CA 94550/94551

TC-UPDATE (11/10) Requirements Regarding Potential Access to Export-Controlled Items

Women-Owned Small Business Federal Contract Program. SUMMARY: This rule makes changes to the regulations governing the Women-Owned

--Participates in program reviews and pre-negotiation conferences with technical and management personnel on proposed procurement programs.

Sean F. Crean Director, Office of Government Contracting Small Business Administration June, 2016

Islamabad, Pakistan Date: August 20, 2015 To: Offeror Page 1 of 8

Accounting System Requirements

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER NUCLEAR SOLUTIONS, LLC

SECTION G CONTRACT ADMINISTRATION

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015

Multifamily Cost Estimator Contractor

FAR Table Instructions for Submitting Cost/Price Proposals When Cost or Pricing Data Are Required

OFFICE OF SMALL AND DISADVANTAGED BUSINESS UTILIZATION SMALL BUSINESS SUBCONTRACTING PLAN

Federal Regulatory Compliance Best Practices Washington Technology Webcast. September 27, 2012

1. GENERAL INFORMATION Firm Name: Address: City: State/Province: ZIP:

Incurred Cost Submissions - It's Not Too Early!

UNIVERSITY OF CALIFORNIA BERKELEY, CALIFORNIA. MASTER SUBCONTRACTING PLAN FOR PUBLIC LAW , , and [106-50]

Property Management System (GPMS)

Ordering Guide. Alliant Small Business GWAC

Deputy Assistant Administrators Staff Office Directors

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

Decision. Matter of: Software Engineering Services Corporation. File: B Date: October 8, 2015

General Terms and Conditions of Purchase

Small Business Contracting at Regional Contracting Office-National Capital Region Needs Improvement

Acquiring a Company with Government Contracts: A Checklist of Unique Issues

Selling to the Federal Government Maria Galloway Procurement Center Rep


October 20, (1)

Frequently Asked Questions About Federal Procurement

Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT

MD 11.4 NRC SMALL BUSINESS PROGRAM DT-14-13

AF Life Cycle Management Center

DCAA Compliant Accounting Systems

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

Ensure Compliance For Government Contractors

Guidelines for Submitting Unsolicited Contract Proposals

IT Professional Technical Services Master Contract Program 902TS

Goals are the same in FY11. Performance info provided by DoD OSBP

Transcription:

STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers Answers to questions submitted, but not included in this set of Q&As,will be provided in a subsequent posting of Q&As in the near future. As the Government has issued a revised Draft RFP on 18 Jan 2008, questions submitted previously that pertained to the Technical evaluation factor and/or the core competency areas specified in the initial release of the Draft RFP on 14 Nov 2007 will not be answered. Such questions are no longer applicable to the solicitation. Note: Questions 1-18 have already been posted in a previous set of Q&As. Updated answer to question #11 on the first set of Q&As previously posted: As set forth in the revised Draft RFP, Subcontracting Plans are no longer required at the IDIQ level. The requirements for Subcontracting Plans IAW 52.219-9 will be addressed at the DO/TO level, as applicable. 19. Paragraph 3.3 of the SOW states, The subparagraphs below identify the required characteristics of an integrated Program Management System. However, each subparagraph contains language such as 3.3.4 as each specific order defines, 3.3.6 as each specific delivery order/task order requires. Please clarify which characteristics are to be applied to all Task orders and which will be applied to selected task orders. The offeror will need to have an integrated program management system already established before proposing on a task or delivery order. Certain characteristics (e.g., paragraph 3.3.2 which requires an ability to develop and IMP and an IMS for a given order) will be specified in the individual task or delivery order but the ability to develop these characteristics must be in place. 20. Please confirm whether or not a facility clearance is a requirement for the basic STOC II ID/IQ Award. Yes, a facility clearance to the Secret level is a requirement of the basic IDIQ Award. 21. The three plans requested (Subcontract Management, Management, and Quality Assurance) are significant documents and may not fit into 25 pages. Are attachments allowed outside of page count limitations in all volumes? Attachments will be included in the page count limitations listed in the RFP. 22. The initial Draft RFP requires the Offeror to have a DCMA approved purchasing system, which must be substantiated in the proposal. Will this requirement be applied to Offerors which are projected to have significantly less than $25 million in annual sales to the Government? Companies with less than $25 million in annual Government sales normally are not even considered for a Contractor Purchasing System Review (CPSR), which is a prerequisite to gaining approval of the purchasing system. The cost of maintaining an approved system would

be burdensome to a small business assuming there is even time for DCMA to conduct a CPSR prior to proposal submission. The Draft RFP has been revised to delete the requirement for all offerors to have a DCMA approved purchasing system. In accordance with FAR clause 52.244-2, companies that do not have an approved purchasing system will be required to obtain consent to subcontract from the Contracting Officer before entering into cost-reimbursement, time-and-materials, labor-hour, or letter contracts, and also for unpriced actions (including unpriced modifications and unpriced delivery orders) under fixed-price contracts that exceed the simplified acquisition threshold, for (1) Cost-reimbursement, time-and-materials, or labor-hour subcontracts; and (2) Fixed-price subcontracts that exceed the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract. 23. In the initial Draft RFP, Section K, OCI Certification: The government requires every contractor to execute a certification relative to PEO STRI OCI clause 5152.209-5003, yet the provision provided at Section H, H.1 provides that the clause will be tailored at the task order level. Until such time as an actual work scope is provided and the OCI clause is tailored to suit the work [e.g., completion of PEO STRI 5152.209-5003, paragraph (e)] how can a contractor certify to the non-existence of a conflict? Clause 5152.209-5004 has been deleted from Section K. However, this clause will be included in delivery/task order RFPs under STOC II. 24. Section L requires Offerors intending to participate in the Systems Engineering & Technical Assistance (SETA) contract re-compete as either a Prime or subcontractor to submit a detailed mitigation plan with their proposal. Should an offeror need to submit a mitigation plan, please clarify if the plan should be submitted as part of Volume VI, Administrative Information or as part of some other volume. Offerors shall submit information pertaining to Organizational Conflicts of Interest (OCIs), including any mitigation plan(s,) as part of Volume VI- Administrative Volume. Clause 5152.209-5005 in Section L will be revised to specify submission requirements accordingly. 25. This section (L.5.5.1) requires offerors to be specific in terms of the supplies/services to be subcontracted to Small Business, Small Disadvantaged Business, Service-Disabled Veteran- Owned Small Business, Veteran-Owned Small Business, Woman-Owned Small Business, HUBZones, and Historically Black Colleges/Universities and Minority Institutions at the task/delivery order level. Please clarify what you mean by be specific about the products and services on an ID/IQ contract with no defined DOs/TOs. Be specific has been deleted in the revised Draft RFP. 26. Paragraph 3.1.3.2 of the SOW states The Contractor shall establish an automated means to track and account for evolution of requirements throughout the product development What constitutes an automated mechanism?

Automated refers to a continuing process or procedure that provides a means for tracking requirements, such as an information management system which provides visibility into the development of a product or service. 27. Is it possible to obtain Tables to be populated in a Word or Excel format? Table L-2, p.68 / Table L-3, p.73 / Attachment 5 / Attachment 6 The requested tables are already in Word or Excel format. Attachment 6 is in Excel format and will be provided before the release of the Final RFP. 28. H.21 states Attachment 5 (Small Business Participation Reporting Form) is to be submitted on a semi-annual basis. Is attachment 5 to be included in the proposal or is Attachment 5 for reference only? Offerors will not provide Attachment 5 as part of their proposal submission. Attachment 5 will be part of the resultant IDIQ contracts. All awardees will be required to submit the form on a semi-annual basis. 29. Cost/Price Format Spreadsheet (Attachment 6) is not provided in the initial Draft RFP. This is a requirement for the cost proposal submission. Can you provide this soon in a Microsoft format? The Cost/Price Format Spreadsheet has been provided in Excel format in the revised Draft RFP package. 30. "The Offeror must have...dcma approved purchasing system." This corporation is a small business with a Procurement process that has not been officially audited by DCMA. A DCMA audit will be requested; however, due to DCMA constraints, audit and results will not be received prior to proposal submission. Will an explanation of the Procurement process and request of an audit suffice? See question #22. 31. "The Offeror must have DCAA approved accounting system. Does it suffice to state that the Accounting System is DELTEK GCS Premier and provide cognizant DCAA auditor POC information? DELTEK GCS Premier was developed in conjunction with Federal Acquisition Regulation (FAR) and Cost Accounting Standards (CAS) and is designed to be fully compliant with DCAA requirements. DCAA recognizes DELTEK GCS Premier. No. Offerors shall specify whether DCAA has previously reviewed and approved their accounting system. Proof of an approved accounting system shall be provided IAW Section L.8.4 of the solicitation. If previous accounting system survey has not been performed by DCAA, the Offeror shall so state. For those offferors, the Government will then request DCAA to perform a preaward accounting system survey to determine the adequacy of the offeror s accounting system prior to any prospective contract award. 32. According to the initial STOC II Draft Solicitation, RFP No.W900KK-08-R-0001: it states that The Offeror must have a DCAA approved accounting system and DCMA approved purchasing system...proof of such approved systems shall be included in the Offeror s proposal, in addition to identifying the address of the cognizant DCAA & DCMA office responsible for approval of such data.

We are developing training systems as a Prime contractor for the U.S. Army on several projects, we have 200 employees, over $25M in annual revenue and we have not had a purchasing systems review yet. According to the FAR, it is the government s choice as to when to conduct the review. Will it suffice for the set-aside procurement if we have purchasing system procedures in use and are in the process of requesting a review? See question #22. 33. Will there be a standard protest/appeal process for the Delivery Orders and Task Orders being awarded under STOC II? Issuance or proposed issuance of an order under a Indefinite-Delivery contract, such as STOC II, are not subject to protests under FAR Subpart 33.1, unless the protest is on the grounds that the order increases the scope, period, or maximum value of the contract. However, an ombudsman will be designated and identified in the STOC II contract whom will review complaints from contractors and ensure compliance with the fair opportunity standard as described in FAR 16.505(b)(1). 34. Can language be added to allow key personnel descriptions be part of the response to the RFP? No. It is the Government s position that key personnel should be identified at the DO/TO level, as required. 35. It was stated earlier that it was not the government s intent to encourage teaming for the qualification effort on the STOC II ID/IQ. Teaming was encouraged only at the delivery order level where the teaming arrangements had purpose and scope. There is no mention of this in the current draft documents. Is it still the intention of PEO STRI to discourage teaming for the ID/IQ qualification? See questions #1 & #15 from Q&A Set 1. 36. Section G.6 requires the DUNS, CAGE, TIN, and address to be in the contract but does not give us specific instructions as to how to put them in our proposal, other than reference to the CCR, which populates ORCA. Will we be considered responsive if we insert DUNS in Block 15A of the SF 33 (in addition to CAGE and address), so long as TIN is on file in CCR, as stated in our ORCA? This has been clarified in the revised Draft RFP, Section L Administrative instructions. 37. What if any information from the ID/IQ qualification will be used in the award of future task orders under STOC II? The Government s intent is not to ask for information at the DO/TO level already provided at the ID/IQ level. However, the Government will make the determination for relevant information as it pertains to each DO/TO requirement. 38. Will Fixed Price Level of Effort contract types be considered in addition to the Firm Fixed Price (Delivery) delivery/task order type?

Yes. In accordance with paragraph H.15 the Contracting Officer has the discretion to determine the appropriate contract type of DO/TO. 39. In the initial Draft RFP, M.3.4. FACTOR III - PAST PERFORMANCE it states Performance Risk Rating Definitions are listed in the Performance Risk Rating Chart in Section M.4.1. But M.4.1. Non-Cost Proposal Evaluation Ratings: Ratings for non-cost evaluation criteria (excluding Past Performance) Is the correct past performance evaluation rating definitions actually the chart in Section M.4.2? Yes. The Government will revise the RFP accordingly. 40. Please clarify the PEO STRI position regarding Organizational Conflicts of Interest (OCI) should a company decide to bid as a subcontractor on the SETA Support contract and as a prime on the STOC II contract. Will the Government entertain OCI Risk Mitigation Plans in this circumstance or does the PEO STRI consider any SETA support work, even as a subcontractor, to create a conflict with the STOC II effort that cannot reasonably be mitigated? In accordance with clause 5152.209-5005, Offerors intending to compete on the SETA Support contract, either as a Prime or Subcontractor, must submit a detailed OCI Risk Mitigation Plan as part of their proposal. Offerors are cautioned that this OCI will create a conflict of interest that may prove incapable of being mitigated. Offerors are reminded that any OCI, or even the appearance of an OCI, may render an offeror s proposal ineligible for contract award consideration. 41. In the initial Draft RFP, Section M.3.6.1.2 states: Hours are associated with the labor categories; therefore, the Government will evaluate all T&M proposed labor rates on an overall unit price basis. The proposed unit price for each labor category will be multiplied by the estimated hours the Government has determined to be representative of the effort anticipated to be expended over the total potential ordering period of ten (10) years. This product will result in a total evaluated price. Please provide the estimated hours the Government has determined to be representative of the effort anticipated to be expended over the total potential ordering period. The Government has provided the estimated hours in Attachment 6. 42. In the initial Draft RFP, the leftmost column in the list of section J documents contains numbers that are not in sequence. Please correct the numbering sequence or provide the missing items. The Government has corrected the numbering sequence. 43. Section L.4.0 states: The Government and Offerors will treat page limitations as maximums, except the following: cover pages, tables of contents and glossaries. Will the Government allow a two-page cover letter to be included in each volume that is not included in the page limitations and is not evaluated?

No. Cover pages are exempt from the maximum page count, however, cover letters will be counted towards the maximum page count per each volume. 44. Will the Government post Industry's questions on the draft RFP, and the Government's answers, to the PEO STRI STOC II website? Yes. 45. Is it the Government's intent to do Foreign Military Sales (FMS) through STOC II? Yes. 46. Paragraph L.5.6.4 of the initial draft RFP states The Offeror must have a DCAA approved accounting system and DCMA approved purchasing system. The Offeror shall indicate the most recent date on which the Government has determined the adequacy of the Offeror s accounting system and identify the verifying Government Agency. Proof of such approved systems shall be included in the Offeror s proposal, in addition to identifying the address of the cognizant DCAA & DCMA office responsible for approval of such data. Most small and many large businesses do not have formally DCAA approved accounting systems or formally approved DCMA purchasing systems. Often, RFPs offer alternative measures for those lacking formally approved systems. Also, DCAA and DCMA sometimes decline to audit based on a risk assessment on the type and / or amount of purchasing done by a company. The current wording doesn t seem to accommodate situations of this nature. Will the final RFP offer greater flexibility and alternative measures? See questions #22 and #31