Pre Solicitation Conference Solicitation FA890304R8142 - PowerPoint PPT Presentation

1 / 71
About This Presentation
Title:

Pre Solicitation Conference Solicitation FA890304R8142

Description:

7. In Section L, 4.4 Subfactor 1.1, Corporate Experience it states, 'Only the ... 8. Reference Section L 5.3.1.3: Will all Teaming Members and first-tier ... – PowerPoint PPT presentation

Number of Views:217
Avg rating:3.0/5.0
Slides: 72
Provided by: wendyf
Category:

less

Transcript and Presenter's Notes

Title: Pre Solicitation Conference Solicitation FA890304R8142


1
Pre Solicitation ConferenceSolicitation
FA8903-04-R-8142
GLOBAL ENGINEERING, INTEGRATION AND TECHNICAL
ASSISTANCE (GEITA05)
  • 12 MAY 2004

2
  • Introductions

3
Presenters
  • Name Function
  • Diane Glass Source Selection Evaluation
    Team (SSET) Chairperson
  • Carol McCollum Program Manager
  • Dennis Spradling Contracting Officer
  • Ralph Urias Alt. Contracting Officer
  • Don Jackson Pricing Team Leader
  • William A. Moritz Technical Team Leader
  • Laura Cloyd-Hall PRAG Chair
  • Mike Mullen Advisor

4
Announcements
  • Registration
  • QA
  • Restrooms
  • Breaks

5
Purpose
  • To help you submit better proposals
  • To help us receive higher quality proposals

6
Ground Rules
  • Presentation Materials will be placed on the
    GEITA05 website and FedBizOps
  • Draft RFP is posted on the GEITA05 website and
    FedBizOps
  • Tape recorders or video cameras are not allowed
    during the conference
  • There will be a QA period after each
    presentation
  • Final RFP, when released, takes precedence over
    any discussion / answer provided in the conference

7
GEITA05 Web Site
  • http//www.afcee.brooks.af.mil/pkv/GEITA05/default
    .asp?CID66folderGEITA05Web
  • Site updated regularly
  • Different Types of Registration
  • Registration Information register and you will
    receive an email when important information is
    posted on the site
  • Pre-Award Audit Registration Available Today
  • If your company will be proposing on this
    acquisition, we ask that you provide information
    so that DCAA audits may be started now
  • Details later in presentation
  • Conference Registration (e.g. This conference,
    contractor school after award, etc)

8
Pre-Submitted QA
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE
  • QA Discussion

9
Questions In Response To Draft Request For
Proposal (DRFP)
  • 1. Do the OCI clauses and restrictions only
    apply to the prime contractor or do they also
    apply to the team members/subcontractors? Also,
    does the letter of withdrawal contingent upon
    contract award of GEITA05 called out in Section L
    3.6 apply to team members and subs?
  • Answer This will be addressed during the OCI
    briefing. The restrictions detailed in the OCI
    clause apply to the prime, team member, and
    first-tier subcontractors. Withdrawal applies to
    the prime, team member, and first-tier
    subcontractors.

10
Questions In Response To DRFP(Continued)
  • 2. Would the government consider aligning the
    Corporate Experience Attachments L-2 through L-5
    with the evaluation criteria contained in Section
    M and the definitions governing Sections L M?
  • Answer The attachments are a tool to aid the
    evaluator. They are not intended to substitute
    for any information required to be provided.

11
Questions In Response To DRFP (Continued)
  • 3. Would the government consider including a new
    attachment, Attachment 6 Strategic Planning
    to the Corporate Experience tables in section L?
  • Answer The attachments are to aid the
    evaluator. An attachment for strategic planning
    is not necessary.
  • 4. Since many small businesses do not have DCAA
    approved rates, would the government consider TM
    rates in lieu of DCAA approved accounting systems
    from some small businesses?
  • Answer No, TM rates are not a substitute for
    an approved accounting system. The prime
    contractor must have an approved accounting
    system to receive an award.

12
Questions In Response To DRFP (Continued)
  • 5. Section M, M-8 of 9, (f) Factor 4-Cost/Price,
    states that the evaluation team will develop
    average labor rates for each respective labor
    category and that this rate will be the average
    of the prime contractors labor rate and its team
    members labor rates. Will the average be a
    straight average or a weighted average? If the
    average will be weighted, how will the government
    determine the weighting?
  • Answer Straight average.

13
Questions In Response To DRFP (Continued)
  • 6. If some team members are not proposed to
    conduct more than 20 percent of the work nor
    designated as having a critical role, can we
    assume that per Section 2.1.4, team members
    corporate experience may still be included in
    Volume II, Technical, as part of the total Teams
    capabilities?
  • Answer Yes

14
Questions In Response To DRFP (Continued)
  • 7. In Section L, 4.4 Subfactor 1.1, Corporate
    Experience it states, Only the work performed
    within the past five years will be considered for
    evaluation purposes. However, in Present/Past
    Performance Documents (5.3.2.b), it states a
    different performance period The Government
    will not consider performance on an effort that
    concluded more than three years prior to the date
    of this solicitation. Which period is correct,
    3 or 5 years?
  • Answer Each is correct for its area of
    evaluation.

15
Questions In Response To DRFP (Continued)
  • 8. Reference Section L 5.3.1.3 Will all Teaming
    Members and first-tier subcontractors have to
    submit this roadmap, or is it just the Prime
    Contractor who supplies this information for its
    own company?
  • Answer A consolidated response is required, as
    applicable, for prime and team members that
    submit past performance information.

16
Questions In Response To DRFP (Continued)
  • 9. Labor categories listed on Page L 22 are
    strictly scientist and engineering oriented.  Yet
    there are many other possible roles and skill
    sets required by the Performance Work Plan.  How
    should contractors address this discrepancy?  Is
    it possible to introduce other categories such as
    environmental economist or administrative
    support?
  • Answer These core labor categories make up the
    majority of the GEITA requirements (cost). We
    are not trying to capture all categories that may
    be required under the PWS.

17
Questions In Response To DRFP (Continued)
  • 10. For an IDIQ program such as GEITA, the
    definition of "System" appears to be overly broad
    especially in association with Paragraph (a) (2)
    Restrictions. Assumption is that this limitation
    was implemented because of USAF concern over a
    contractor/subcontractor gaining a competitive
    advantage by defining a requirement under the
    AAS (GEITA) program, then competing for that
    effort as a contract or subcontractor under a
    non-AAS contract. Request that this issue be
    addressed.
  • Answer This will be addressed during the OCI
    briefing.

18
Questions In Response To DRFP (Continued)
  • 11. What scope of work will this RFP be focusing
    on, engineering, geo type work, or environmental
    remediation? Or is there somewhere I can review
    the direction this contract will go?
  • Answer It is AAS support for engineering,
    geo-type work, environmental remediation and
    other items in the PWS.

19
Break
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE

20
RFP Requirements - General
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE
  • Acquisition Strategy
  • Basis of Award
  • Proposal Submittal
  • Teaming
  • Choice of Competition
  • Proposal Requirements

21
GEITA05 Scope
  • Advisory Assistance Services
  • Management and Professional
  • Studies, Analyses and Evaluation
  • Engineering and Technical
  • Summary of Required Services
  • Information Management
  • Project Management
  • Quality Assurance/Quality Control
  • Strategic Planning

22
GEITA05 Strategy
  • Program Ceiling 850 million
  • Procure under NAICS 541620 (Environmental
    Consulting Services)
  • Contract Clause 52.219-01 Alternate I
  • 6M size standard
  • Approximately 5 Awards
  • Approximately 2 Small Business set-asides
  • AFCEE reserves the right to adjust the number of
    awards based on the quality and quantity of
    proposals received (M001(b))

23
GEITA05 Strategy (Continued)
  • Contract Types
  • Firm-Fixed Price (FFP)
  • Cost-Plus Fixed-Fee (CPFF)
  • Indefinite-Delivery Indefinite-Quantity (IDIQ)
  • Multiple Awards (approximately 5 contracts)
  • Each Minimum Contract Guarantee 15,000 (PKV
    G-4)
  • Task Orders (TO) initiate performance to specific
    requirements. Minimum 2,500

24
GEITA05 Strategy (Continued)
  • Period of Performance
  • Ordering period 5 years (60 months)
  • Performance completion 1 year thereafter
    (72 months total)

25
Basis of Award (M001 (a))
  • Best value Full Trade-Off source selection IAW
    AFFARS 5315.3 (M001 (a))
  • Bottom line This may result in an award to a
    higher rated, higher priced Offeror, where the
    decision is consistent with the evaluation
    factors and the Source Selection Authority (SSA)
    reasonably determines that the technical
    superiority and/or overall business approach
    and/or superior past performance of the higher
    priced Offeror outweighs the price difference.
  • M002 shows the factors as
  • Factor 1- Mission Capability with four subfactors
  • Factor 2 Proposal Risk with four subfactors
  • Factor 3 Past Performance
  • Factor 4 Cost/Price

26
Approximate GEITA05Contracting Milestones
  • Event Date
  • RFP Release 7 Jul 04
  • RFP Due 8 Aug 04
  • Evaluations Complete 27 Sep 04
  • Contract Awards 21 Oct 04
  • These dates are approximate and are subject to
    change without notice.

27
Proposal Submittal
  • Location (SF33 Block 8)
  • Mr. Dennis Spradling
  • 311 HSW/PKVM
  • 2810 Sidney Brooks (Building 649)
  • Brooks City-Base, TX 78235-5120
  • Date
  • To be determined (estimated Early Aug 04)
  • Time
  • 330 PM (Central Time)

28
Security Guard Post
Bldg 649 - Acquisition Center of Excellence
Parking Lot
Enter the main gate to Brooks City-Base on SE
Military Dr. You are on the main road called
Sidney Brooks. Building 649 is on the left side
of Sidney Brooks approximately one mile from the
front gate. It is located at the intersection
of Sidney Brooks and Outer Circle Rd. Turn left
onto Outer Circle Rd. Then, take the first left
turn and park behind Building 649. Enter the
building using the Acquisition Center of
Excellence entrance. This is the door on the
left side of the building when looking at it from
the parking lot. Just to the right of the door,
which is kept locked, is a buzzer. Press the
buzzer to gain entrance.
29
Teaming
  • ITO 2.1.4 3.6 4.2, Clause PKV-H8
  • All team members must have Teaming Arrangement
    (TA) or Letter of Intent (LOI)
  • First Tier Subcontractors
  • Projected performance
  • Include as team member at the Primes discretion
  • If included, either a TA or LOI is required
  • Projected performance 20 of the work
  • Signed TA or LOI required

30
Teaming (Continued)
  • Remember
  • Subcontractors without TA or LOI will NOT be
    considered or evaluated as part of the team
  • This includes any materials submitted mission
    capability, past performance information, etc.
  • Joint Ventures sole business entity
  • Mentor-Protégé (M-P) formal TAs or LOIs are
    required to qualify as team member

31
Choice of Competition
  • Offerors must identify the choice of competition
  • Full and Open
  • Small Business
  • All Offerors must complete Choice of Competition
    Form (Attachment L-10)
  • SB automatically considered in SB competition
  • SB will be considered in Full Open competition
    ONLY if requested on form
  • Only one contract can be awarded to an Offeror

32
Proposal Requirements
  • Follow the RFP EXACTLY!
  • You WILL NOT RATE WELL if you do not follow
    instructions!
  • Provide information EXACTLY as described in
    Section L
  • Address each item separately, distinctly
  • Be specific, concise
  • Make it easy for the evaluators
  • To Read
  • To Find Information
  • To Compare what you provide to the published
    evaluation criteria in Section M

33
Proposal Requirements (Continued)
  • There are no Hidden Agendas in the RFP
  • DO NOT try to read between the lines because
    there is nothing there!
  • Not interested in pictures
  • Use tables and charts where appropriate
  • Number pages sequentially per volume (1, 2, 3,
    etc)
  • No Commercials only substantiated facts

34
GEITA Acquired Hours
35
GEITA Ceiling
Program Ceiling 150M
85 of Ceiling 127.5M
101.1M Obligated
118.2M 17.1M Reserved
36
RFP Presentation Section L General Information
37
Section L General
  • Definitions (Information to Offerors)
  • Apply to Sections L M
  • Contracting Officer is SOLE point of contact
    (paragraph 2.1.1)
  • Dennis Spradling
  • POC information on the GEITA05 web site
  • Email is preferred communication method
  • dennis.spradling_at_brooks.af.mil

38
Section L General (Continued)
  • All requirements in the solicitation are
    MANDATORY
  • UNACCEPTABLE
  • To simply state that the Offeror understands and
    intends to comply
  • To Paraphrase statements in the RFP
  • Proposal shall be clear, concise, and include
    sufficient detail to substantiate validity of
    claims
  • Provide convincing rationale to address how the
    Offeror intends to meet the requirements
  • Commercials are unnecessary and not desired

39
Section L General (Continued)
  • Keep the response brief but provide sufficient
    detail for evaluation (ITO 2.3.1)
  • Pricing information is restricted to Volume IV
    (ITO 2.3.4)
  • DO NOT CROSS REFERENCE INFORMATION (ITO 2.3.5)
  • Volumes and sections will be evaluated on an
    individual basis
  • If requested information is not in the specified
    location, it will be considered omitted

40
RFP Presentation Section L Copy Requirements
41
Section L Copy Requirements
  • Original Unbound Copies (paragraph 2.3.10.1)
  • Clearly marked volume number, ORIGINAL,
    Offerors name, solicitation title, and
    solicitation number
  • Unbound
  • Hole-punched with a standard 2-hole punch at the
    top of the page (portrait orientation)
  • Head to toe format

42
Section L Copy Requirements (Continued)
  • Hard Copies (paragraph 2.3.10.2)
  • Clearly marked (cover sheet, front cover and
    spine of binder volume number, copy number,
    Offerors name, solicitation title, and
    solicitation number
  • Bound in standard 3-ring binders
  • Portrait format

43
Section L Copy Requirements (Continued)
  • Electronic Copies (E-Copies) (paragraph 2.3.10.3)
  • Clearly marked (CD-ROM and protective sleeve or
    case)
  • Electronic file directory titles and organization
    shall match the hard copies
  • PROPOSAL CD-ROM(s)
  • Adobe Acrobat Portable Document File (pdf)
    SEARCHABLE TEXT FORMAT
  • ALL Volumes (Volumes I through V)
  • LABOR RATE CD-ROM
  • Microsoft Excel 2000 format
  • Only Labor Rate Tables
  • Clearly marked as above and also labeled Labor
    Rate Tables

44
Section L Page Format Requirements
  • Follow format requirements in Section L,
    paragraph 2.3.11
  • Foldouts are discouraged (count as 2 pages each
    side)
  • No text allowed on tabs or dividers except the
    text identifying the section
  • Number pages sequentially per volume

45
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE
Questions
46
RFP Requirements - Specific
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE
  • Section L (requirements) M (evaluation
    criteria)

47
Evaluation Criteria
  • Follow requirements as listed in Section L
  • Make sure you prove the evaluation criteria in
    Section M
  • Merely exceeding minimum criteria is not enough,
    must be advantageous to the government
  • Missing/omitted information as compared to
    published criteria will result in reduced ratings
  • This is your chance to stand out from the crowd

48
Evaluation Criteria
  • FACTOR 1 MISSION CAPABILITY
  • Subfactor 1.1 Corporate Experience
  • Subfactor 1.2 Management Approach
  • Subfactor 1.3 Program Manager Experience
  • Subfactor 1.4 Small Business Participation
  • FACTOR 2 PROPOSAL RISK
  • Subfactor 2.1 Corporate Experience
  • Subfactor 2.2 Management Approach
  • Subfactor 2.3 Program Manager Experience
  • Subfactor 2.4 Small Business Participation
  • FACTOR 3 - PAST PERFORMANCE
  • FACTOR 4 COST/PRICE

49
MC Subfactor 1.1 Corporate Experience
  • Section L, Paragraph 4.4 Corporate Experience
  • Provide a description detailing the work
    performed as listed in the Section L Attachments
  • Provide a detailed narrative of experience in
    providing strategic planning support
  • Section M, Paragraph M002 (c)(1) Subfactor 1.1
    Corporate Experience
  • The Team must have a minimum of four years within
    the past five years of AAS Government or
    equivalent commercial experience as a
    subcontractor in all of the specified areas

50
MC Subfactor 1.2 Management Approach
  • Section L, Paragraph 4.5 Management Approach
  • Approach for obtaining and retaining an adequate
    quality and quantity of expertise
  • Approach and process to proactively manage TOs
  • Processes to manage team members and
    subcontractors
  • Section M, Paragraph M002 (c)(2) Subfactor 1.2
    Management Approach
  • The Corporate Management Plan needs to be sound,
    realistic and effective

51
MC Subfactor 1.3 Program Manager Experience
  • Section L, Paragraph 4.6 Program Manager
    Experience
  • Evidence of experience for the Program Manager
    managing Government or equivalent commercial
    programs
  • Submit a resume
  • Describe the programs managed, customers served,
    scope of work, and dollar value of work
  • Section M, Paragraph M002 (c)(3) Subfactor 1.3
    Program Manager Experience
  • Demonstrate a capability to manage the overall
    GEITA contract through experience
  • Recruiting, maintaining, and assigning personnel
  • Managing cost, schedule, performance, and risk
  • Effectively communicating with customers on all
    levels

52
MC Subfactor 1.4 Small Business
  • Volume V Applies ONLY to Full and Open
    Competition

53
MC Subfactor 1.4 Small Business (ITO 7.3.1)
  • If a Subcontracting Plan is Required by FAR 19.7
  • Describe Primes corporate commitment in
    providing opportunities for small business (ITO
    7.3.1(a))
  • Describe how your plan compares to AF goals /
    targets (ITO 7.3.1(b))
  • Describe how subcontracting percentages and goals
    will be met expressed in dollars and in
    percentages of anticipated total proposed
    subcontracting dollars for subcontracting (ITO
    7.3.1 (c))
  • For SDB Participation Program, provide targets
    expressed as dollars and percentages of
    anticipated total contract value, in each of the
    applicable, authorized NAICS Industry Subsectors.
  • For proposal purposes, provide your assumption of
    anticipated total contract value (ITO 7.3.1.(d))
  • Provide the Plan in accordance with FAR 19.7 (ITO
    7.3.1(e))

54
MC Subfactor 1.4 Small Business (ITO 7.3.2)
  • If a Subcontracting Plan is NOT Required by FAR
    19.7
  • If a SB requests that their proposal be
    considered under the full and open competition
    and a Subcontracting Plan is NOT Required by FAR
    19.7 then
  • Describe Primes corporate commitment in
    providing opportunities for small disadvantaged
    business
  • Describe how the Prime will meet the small
    disadvantaged business goal of 5, expressed in
    dollars and in percentages of anticipated total
    proposed subcontracting dollars for authorized
    NAICS Industry subsectors
  • Provide targets for small disadvantaged
    businesses expressed in dollars and in
    percentages of anticipated total contract value
  • For proposal purposes, provide your assumption of
    anticipated total contract value.

55
MC Subfactor 1.4 Small Business
  • Total Contract Value for evaluation purposes,
    provide your assumptions of anticipated total
    contract value
  • What is your piece of
  • the pie

56
PROPOSAL RISK Factor 2
  • Proposal Risk is evaluated based upon the Mission
    Capability submittal (ITO Section L 4.7)
  • (a)    Identify any risks associated with
    implementation of Mission Capability requirements
    and how you intend to mitigate those risks.
  • (b)     Identify if the Offeror or team members
    have successfully used the proposed Mission
    Capability approaches. If not, describe how you
    intend to mitigate risks associated with
    implementation of Mission Capability
    requirements.
  • (c)     There are no separate submittal
    requirements for Proposal Risk. The Offeror
    shall integrate the above into the Mission
    Capability submittal as applicable.
  • (d)     This is the Governments evaluation of
    the risks associated with an Offerors Mission
    Capability proposal submittal.

57
PROPOSAL RISK Factor 2
  • M002 (d)
  • Each subfactor under the Mission Capability
    factor will also be a subfactor under the
    Proposal Risk factor.
  • Proposal risk assessment focuses on the risks and
    weaknesses associated with an Offeror's proposed
    approach and includes an assessment of the
    potential for disruption of schedule, increased
    cost, degradation of performance, and the need
    for increased Government oversight, as well as
    the likelihood of unsuccessful contract
    performance.
  • For each identified risk, the assessment also
    addresses the Offeror's proposal for mitigating
    the risk and why that approach is or is not
    manageable. Each Proposal Risk subfactor will
    receive one of the following ratings.

58
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE
Questions
59
Cost Requirements
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE

60
FACTOR 4Cost/Price
  • Volume IV
  • Copies
  • 1 Original, unbound
  • 1 Hard copy
  • 2 Electronic
  • 1 e-copy as part of regular pdf searchable text
    requirement
  • 1 e-copy with Excel spreadsheets only
  • Page Limit no page limit

61
FACTOR 4Cost/Price (ITO 6.0)
  • Accounting System
  • Accounting system determined adequate by DCAA
  • Prime contractors complete the Prereview Request
    on the GEITA05 website
  • A.S.A.P.
  • Comments
  • Offerors provide evidence of adequate system
  • This is not an evaluated criterion
  • but it is a basic requirement with a
    pass/fail determination

62
FACTOR 4Cost/Price (ITO 6.4)
  • Labor Rates
  • Cost information is for fully burdened hourly
    labor rates build up of the rates
  • Labor categories are identified in ITO Table
    6.4.2.1
  • Use indirect cost categories applicable to your
    company
  • Provide the indirect rates applied to
    subcontractors and other direct costs (ODCs)
  • Submit separate spreadsheets for the prime and
    each team member
  • Comments
  • Provide rates in format of the GEITA05 Labor Rate
    Spreadsheet provided on the GEITA05 website
  • Do NOT alter or split factors to fit specified
    categories
  • The proposal will be deemed incomplete if labor
    rates are not proposed for all labor categories
  • Format for file names
  • Offeror_TeamMbr.xls

63
FACTOR 4Cost/Price (ITO 6.4) continued
  • Labor Rates
  • Submit hourly rate for each labor category
    (either prime, contractor, or both)
  • Submit rates for first 2 contract years
  • Provide on-site (home office) fully burdened
    rates
  • Round labor rates to the nearest penny
  • Comments
  • Labor rates are for evaluation purposes only
  • Proposed labor rates may be subject to
    verification by DCAA

64
FACTOR 4Cost/Price (ITO 6.4)
  • Comments
  • Successful offerors are responsible for
    performing required tasks
  • Labor category qualifications are not made part
    of the contract. They are for evaluation
    purposes only
  • Comments
  • Exceptions are STRONGLY discouraged
  • Provide complete rationale for each exception or
    assumption
  • Labor Rates
  • Labor category qualifications are provided in ITO
    6.4.2.1
  • Stated qualifications are the minimum for each
    category for rate submittal and evaluation
    purposes only
  • Exceptions/Assumptions
  • Rationale
  • Identify any exceptions taken
  • Identify any assumptions made

65
FACTOR 4Cost/Price (ITO 6.0)
  • Financial Documents
  • Primes
  • Provide the last 3 years of financial statements
  • Year to date financial information (through the
    last quarter)
  • Submit audited, reviewed, compiled, or certified
    financial statements
  • Comments
  • Financial responsibility is NOT an evaluation
    criterion
  • but it is a basic contract requirement with a
    pass/fail determination

66
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE
Questions
67
Pre-Registration for DCAA Audits
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE

68
Pre-Registration for DCAA Audit
  • Register on-line to facilitate pre-award audit
  • Expedites evaluation process
  • Info needed
  • Companys full name
  • Address where accounting records held
  • POC and phone number
  • Cognizant DCAA Office
  • Whether proposing as prime or team member
  • Audit being requested

69
GEITA05 Audit Registration
70
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE
Questions
71
LUNCH
THE AIR FORCE CENTER FOR ENVIRONMENTAL
EXCELLENCE
Write a Comment
User Comments (0)
About PowerShow.com