F2AST Post Award Conf - PowerPoint PPT Presentation

1 / 86
About This Presentation
Title:

F2AST Post Award Conf

Description:

Military Construction (MILCON) Civil engineering. Base operating support ... Military ... Science Applications International Corporation (SAIC) Scientific ... – PowerPoint PPT presentation

Number of Views:487
Avg rating:3.0/5.0
Slides: 87
Provided by: alanbch
Category:
Tags: f2ast | award | conf | post

less

Transcript and Presenter's Notes

Title: F2AST Post Award Conf


1
Post Award Conference
Future Flexible Acquisition and Sustainment Tool
F2AST
27-28 Aug 2008
2
Agenda27 Aug 2008
  • F2AST Contract Overview
  • Organizational Structure
  • Background
  • Scope
  • Contract Parameters
  • Prime Contractors
  • Customers
  • Oversight Governance
  • Good Info
  • Overview Summary

3
Agenda (cont.)27 Aug 2008
  • Processes and Procedures
  • WR-ALC Requirements Flow
  • Request for Order Proposals (RFOPs)
  • Notification/RFOP/Evaluation Process
  • Targeted Past Performance
  • Safety Plans
  • Small Business Affiliation
  • Excessive Pass-Through Charges
  • Services Summary and Exercise of Options
  • Pricing
  • Price Proposal Template
  • Pricing Guidance
  • Team Composition
  • Adding Subcontractors
  • Median Rate Cap
  • Timeframe
  • Wrap Up

4
Program Overview
5
Enterprise Acquisition Division FedEx Mail
Address 215 Page Road, Ste 231, Robins AFB GA
31098-1662 Fax (478) 926-4543
Enterprise Acquisition
Division Ms. Debbie H. Jackson, Director
478-222-1346 Ms. Kathy
Mackowski, Adm Support
478-222-1345
Contracting Ms Charlotte Hobson 478-222-1270
Program Management Mr Alan Chasteen 478-222-1268
Engineering Mr Al Thompson 478-222-1269
Mr Russell Dukes 478-222-1322
Mr K.C. Jones 478-222-1324
Ms Stephanie Gisseman 478-222-1319
Ms Shannon Cahill 478-222-1320
Ms Debra Napier 478-222-1321
Mr Chuck Pollard 478-926-6053
Vacant 478-222- xxxx
Current as of Aug 08
6
Background
  • Awarded 23 Jul 2008
  • Multiple Award IDIQ contracts
  • 6.9B ceiling
  • 12 Prime Contractors
  • Numerous Subcontractors
  • Requirements included in F2AST were previously
    acquired under two separate programs
  • Flexible Acquisition and Sustainment Tool Program
    (FAST)
  • Integrated Weapon System Support Program (IWSSP)

7
Scope
  • Scope Does Not Include
  • New weapon system development
  • Military Construction (MILCON)
  • Civil engineering
  • Base operating support (BOS)
  • Commercial items
  • Work suitable for performance by small business
    IAW FAR 19.502
  • Small Business Modifications
  • Engineering Services
  • Advisory and Assistance Services (AAS)

8
Scope
  • Scope Does Include
  • Sustainment support of Air Force operated weapon
    systems, support systems, subsystems, components,
    and related services
  • Partnerships
  • Direct Sales Partnership Agreements
  • Workshare Partnership Agreements
  • Foreign Military Sales
  • Requirements generated by NASA, Navy, Army, and
    other federal agencies through sponsoring Center
  • Development, Modification, Maintenance, Repairs,
    Spares, and Services some exclusions apply

9
Scope - Development
  • Will not develop the next generation aircraft
    (i.e., JSF, JCA)
  • May modify current weapon systems and/or their
    subsystems
  • Design, engineering, development, and test
  • New parts, software, or systems shall be designed
    and produced to integrate with existing system
    components and software if applicable
  • Development activities shall take into account
    maintenance, repair, and operational support
    requirements

10
Scope - Modifications
  • Modify current weapon systems and/or their
    subsystems
  • Enhancements
  • Reliability
  • Serviceability
  • Maintainability
  • Performance

11
Scope - Maintenance
  • May include
  • Programmed (PDM)
  • Unprogrammed (UDLM)
  • Inspections
  • Unpredictable Repair Maintenance Requirements

12
Scope - Services
  • Not reasonably severable from
  • Development
  • Modification
  • Maintenance efforts
  • Sole source efforts to a F2AST prime contractor
    or large business subcontractor

13
Scope - Spares
  • Standard and Non-Standard Spares
  • Development and/or modifications
  • Contingency Spares
  • Non-responsive source
  • Limited Spares
  • Low fielded population
  • Low demand rate
  • Critical Spares

14
Scope - Repairs
  • Standard and Non-Standard Repairs
  • Development and/or modifications
  • Contingency Repair
  • Normally organic source that cannot meet the time
    frame required by the government
  • Limited Repair
  • Low fielded population
  • Low demand rate
  • Critical Repair

15
Contract Parameters
Ordering Period
3 yr basic
2 yr opt
2 yr opt
PoP
3 yrs
7 yrs
3 yr basic 2 yr opt
2 yr opt
Pricing
3 yr PoP
  • 3 year basic ordering period w/two 2 year
    ordering period options
  • 10 year total period of performance
  • Jul 23, 2008 Jul 22, 2018

16
Prime Contractors
  • ARINC
  • Boeing Aerospace Operations, Inc
  • DRS Technical Services
  • L-3 Communications TCS
  • Lockheed Martin Integrated Systems
  • MacAulay-Brown
  • MTC (BAE SSTI)
  • Northrop Grumman Technical Services
  • Raytheon Technical Services Customized
    Engineering and Depot Support (CEDS)
  • Science Applications International Corporation
    (SAIC)
  • Scientific Research Corporation (SRC)
  • Support Systems Associates, Inc (SSAI)

17
Customers
  • Who Can Issue Orders?
  • Centralized ordering at WR-ALC
  • Decentralized ordering at WR-ALC on case by case
    basis
  • Decentralized ordering at OO-ALC
  • Decentralized ordering at ASC
  • Who Can Use?
  • ALC Program Managers Requirements Personnel
  • ASC Program Managers Requirements Personnel
  • Other organizations through a Sponsoring ALC

18
Oversight Governance
Program Management On-site Technical Quality
Oversight
Contract Issuance General Contract Management
Delivery/Task Order Administration Technical/Quali
ty Oversight
Program Mgr/ Project Officer
Enterprise Acquisition Division WR-ALC/PKE
Requiring Activity
19
Good Info To Know
  • F2AST process is in place
  • Similar to FAST
  • F2AST is not a magic bullet that will fix all
    acquisition problems
  • Acquisition planning is still required
  • A complete requirements package is essential
  • F2AST is not for everything
  • Some acquisitions gain little with F2AST
  • Good when it makes sense
  • Large Source Selections

20
Overview Summary
  • Website for information can be found at
  • http//www.robins.af.mil
  • Units
  • WR-ALC Staff Agencies
  • Enterprise Acquisition Division/FAST
  • Information Available
  • F2AST Users Guide
  • WR-ALC Addendum
  • F2AST PWS
  • F2AST Primes and Subcontractors Listing
  • Government POCs

21
Processes and Procedures
22
WR-ALC Requirements Flow
Step 1
Preliminary Planning
Step 5
F2AST Team Reviews PR Pkg for Completeness
F2AST Reqts Notification Confirm Within F2AST
Scope
Requirement or Idea of Requirement
PM Conducts Tech Evaluation F2AST Team Conducts
Price Eval within 5 days
PM Contacts Business Advisor, i.e. Cognizant Wing
PCO
Step 2
Heads-Up Released
Step 6
Meeting with F2AST Team As Required
Step 4
F2AST Team Reviews Eval Resolves Issues
and Awards Order within 7 days
Step 3
F2AST Team Releases Electronic RFOP to Ktr(s)
Review Contracting Vehicle Alternatives
PR Package Development Complete F2AST
Checklist Appendix B (FOE) for Sole Source
Step 7
Proposal Submitted by Ktr(s) within 7 days
PM Wing PCO Conduct Business Planning
Contract Admin Performed by Requiring Activity
PR/MIPR Submission Once F2AST Control is
Assigned (Registration)
Business Planning Required for ALL Acquisitions
Business Days to Submit Proposals will be
Specified in the RFOP
23
Request for Order Proposals (RFOPs)
  • Notification/RFOP/Evaluation Process
  • All notifications/distributions done via e-mail
  • Heads-up notification sent upon receipt of
    complete package from customer
  • Purpose is to give Primes as much advance notice
    of requirements as possible to enable quick turn
    of proposals
  • RFOP distribution
  • Competitive
  • Limited Competition
  • Sole Source
  • Response time specified in RFOP cover
    letter/e-mail

24
RFOPs (cont.)
  • Industry Days (if required)
  • 2-3 day advance notice
  • Limited attendance
  • Questions/Answers
  • Proposals must be submitted on time
  • Government specifies proposal response time
  • Late proposals will not be considered for award
  • Technical/past performance evaluation performed
    by customer teams, pricing done by PCO or Pricing
    home office

25
RFOPs (cont.)
  • Targeted Past Performance
  • Must be evaluated on every D/TO
  • Cannot rely on basic contract determination
  • Graduated evaluation
  • Simple (e.g., engineering study)
  • Moderate (e.g., reverse engineering/obsolescence)
  • Complex (e.g., major modification program)
  • Technical Experience/Knowledge evaluation
    criteria will be used for simple and moderate
    past performance
  • Separate from the technical proposal submission
  • Will include quality of performance
  • Full past performance evaluation for complex
    D/TOs

26
RFOPs (cont.)
  • Safety Plans
  • CDRL A002, Safety Plan, deleted from basic
    contract
  • Master Safety Plan can be prepared for basic
    contract but not a contractual requirement
  • Safety Plan submission/evaluation at D/TO level
    as required by Safety Office
  • Will be a proposal requirement, not a CDRL
    submission
  • Required content will be specified for each
    applicable D/TO
  • For competitive D/TOs, only the apparently
    successful offerors Safety Plan will be
    submitted to the Safety Office for
    review/approval
  • Safety Plans must be approved prior to D/TO
    award

27
RFOPs (cont.)
  • Small Business Affiliation
  • Per WR-ALC/SB and SBA, PCO will be required to
    determine whether a successful offeror is small
    or large for each D/TO
  • Small business primes may be determined to be
    large by affiliation on a D/TO if they propose
    use of large business subcontractors to perform a
    significant portion of the effort
  • Dollars
  • Type/extent of work
  • Any order issued to a small business determined
    to be large by affiliation will be counted as
    an award to a large business

28
RFOPs (cont.)
  • Excessive Pass-Through Charges
  • PCO determination
  • Clause H-901(j), DFARS 252.215-7003
  • Applies to TM, CR, LH, or sole source FP
    proposals
  • Identification of percentage to be performed by
    prime and each subcontractor (and second tier
    subcontractors)
  • If proposing to subcontract more than 70 of
    total cost of work, identify
  • amount of the offerors indirect costs and profit
    applicable to the work to be subcontracted and a
    description of the value added by the prime as
    related to the work to be performed by the
    subcontractor(s)

29
Services Summary and Exercise of Options
30
Services Summary
  • Sole Source Proposal Response Time (all primes)
  • Proposals must be received on time 90 of the
    time per FY, with remaining 10 received within 5
    business days
  • Proposal response time is determined by the
    Government
  • Heads-up notification is provided to allow Primes
    to begin working on proposals in advance of RFOP
  • Any request to extend the due date must be
    received before the due date
  • Extensions will not be automatically granted
    must retain quick turnaround capability
  • Large Business Primes
  • Subcontracting 13 of total contract award
    dollars for competitive awards
  • Option exercise based on compliance with services
    summary requirements and performance on D/TOs
    (CPARS)

31
Pricing
32
Price Proposal Template
  • Price proposal summary sheet template will be
    provided to each prime
  • Use of the template will be a requirement for
    each proposal
  • Failure to propose in accordance with the
    provided format may result in proposal being
    deemed nonresponsive

33
Pricing Guidance
  • Pricing guidance to be provided to each Prime
  • Will address application of profit/fee and add-on
    factors at prime and subcontractor level
  • No COM to be included in proposals except as
    included in rates proposed in the source
    selection

34
Team Composition
35
Adding Subcontractors
  • Median Rate Cap
  • Median rates incorporated in each basic contract
    by Mod 01
  • Only exception is adding subcontractors already
    on another primes team
  • Timeframe
  • First 90 days after contract award (through 21
    Oct 08)
  • Submit packages as soon as possible
  • Government will evaluate subcontractor rate
    packages and issue mods in October/November
    unless subcontractor is needed sooner for a
    specific known requirement
  • First quarter of the FY thereafter (beginning
    FY10)
  • Out of cycle if in the Governments best
    interest

36
Wrap Up
  • Any other Questions/Comments?
  • We start tomorrow
  • Same Bat Time
  • Same Bat Channel

37
Post Award Conference
Future Flexible Acquisition and Sustainment Tool
F2AST
28 Aug 2008
38
Agenda28 Aug 2008
  • F2AST Database Reporting
  • Contract Data Requirement List (CDRL) Submissions
  • A001 Subcontractor Management Plan
  • A002 Safety Plan (deleted)
  • A003 Requirements Traceability Matrix
  • A004 Funding Actions/Subcontractor
    Participation
  • A005 Commercial Asset Visibility Air Force
    (CAVAF)
  • Unique Procedures
  • Primes Meetings
  • Questions and Answers
  • Wrap Up

39
Database/Reporting
40
CDRLs
  • A001 Subcontractor Management Plan
  • Must be
  • AS9100 Rev B
  • or
  • ISO90012000 Compliant
  • Due 22 Sep 2008 to WR-ALC/PKE
  • Annual updates due NLT 31 Oct

41
CDRLs
  • A002 Safety Plan (deleted)
  • Removed from F2AST Basic Contracts
  • Safety Plans will be required at the D/TO level
    as appropriate
  • Safety Office Coordination required

42
CDRLs (cont.)
  • A003 Requirements Traceability Matrix
  • Due to EAD NLT 23 Oct 2008
  • Individual RTM for Prime each Subcontractor
  • The matrix is defined as follows
  • Across by Categories and Type of Work
  • Down by Products and Systems
  • The matrix is completed by placing an "X" under
    each category that a company has previous/past
    actual work experience and capabilities

43
CDRLs (cont.)A004 - Prime Orders Information
  • A004 Funding Actions/ Subcontractor
    Participation
  • Semiannual Submissions
  • Due 15 Oct 15 Apr
  • 1 Excel Workbook with 2 Tabs
  • F2AST DTOs Awarded
  • Subcontracted Information
  • Must include all D/TOs and Modifications Since
    Contract Award

44
CDRLs (cont.)A004 - Prime Orders Information
  • Order Number Enter Entire Order Number
  • D/TO Mod Enter every modification as a
    Separate Line
  • Date of DTO Mod - Date of D/TO Modification
  • COMP/SS - Competitive or Sole Source

45
CDRLs (cont.)A004 - Prime Orders Information
  • Dev, Mod, Mx, Svc, Spares, Repair
  • Enter Primary Type of Work
  • Dev Development
  • Mod Modification
  • Mx Maintenance
  • Svc Service
  • Spares Spares
  • Repair - Repair

46
CDRLs (cont.)A004 - Prime Orders Information
  • F2AST Prime Contractor
  • ARINC ARINC
  • Boeing - Boeing Aerospace Operations, Inc
  • DRS - DRS Technical Services
  • L3 - L-3 Communications TCS
  • LMIS - Lockheed Martin Integrated Systems
  • MacB - MacAulay-Brown
  • MTC - BAE SSTI
  • Northrop - Northrop Grumman Technical Services
  • Raytheon - Raytheon Technical Services Customized
    Engineering Depot Support
  • SAIC - Science Applications International
    Corporation
  • SRC - Scientific Research Corporation
  • SSAI - Support Systems Associates, Inc

47
CDRLs (cont.)A004 - Prime Orders Information
  • Center
  • ASC - Aeronautical System Center
  • OO-ALC - Ogden Air Logistics Center
  • WR-ALC - Warner Robins Air Logistics Center
  • Wing/Org
  • Group/ Division
  • Work Description
  • Award Date
  • Initial Award Amt
  • Actual Award Amt (Obligated)
  • Total Amt (Basic Options)

48
CDRLs (cont.)A004 - Prime Orders Information
  • FY 09 Obligated Amt (Options or adds)
  • FY 10 Obligated Amt (Options or adds)
  • FY 11 Obligated Amt (Options or adds)
  • FY 12 Obligated Amt (Options or adds)
  • FY 13 Obligated Amt (Options or adds)
  • FY 14 Obligated Amt (Options or adds)
  • FY 15 Obligated Amt (Options or adds)
  • FY 16 Obligated Amt (Options or adds)
  • FY 17 Obligated Amt (Options or adds)
  • FY 18 Obligated Amt (Options or adds)

Options or Adds Amount Only
49
CDRLs (cont.)A004 Subcontracted Information
  • Order Number Enter Entire Order Number
  • Subcontractor Name
  • F2AST Prime Contractor
  • Cage Code
  • Subcontractor Size
  • LB Large Business (Size at time of D/TO
    proposal submission)
  • SB Small Business (Size at time of D/TO
    proposal submission)
  • Subcontractor Type
  • EDU Education Institute
  • NFP Not For Profit
  • SDB Small Disadvantaged Business
  • UNIV University

50
CDRLs (cont.)A004 Subcontracted Information
  • Subcontractor Description
  • AIA Asian-Indian American
  • APA Asian-Pacific American
  • BA Black American
  • HA Hispanic American
  • HBCU Historically Black Colleges and
    Universities/Minority Institution
  • HUBZone
  • Other SDB Other SDB Certified or Determined by
    SBA
  • SDV Service-Disabled Veteran
  • VO Veteran Owned
  • WOSB Women Owned Small Business
  • Work Description
  • Actual Award Amt (Obligated) to a Subcontractor
  • Comments

51
CDRLs (cont.)
  • A005 Commercial Asset Visibility Air Force
    (CAVAF)
  • Contractor will Report End Items
    Government-Furnished Materiel (GFM) data
  • Electronic submission via CAVAF
  • Use the CAV AF web site IAW CAVAF SOW
  • Data submission are due Daily
  • Training provided by 586CBSS/GBMCB
  • (478) 327-6602
  • (478) 926-2760

52
Unique Procedures
53
Unique ProceduresWR-ALC/OO-ALC/ASC
  • Addendums cover each issuing agencies unique
    processes and procedures
  • WR and OOs are posted to the web
  • ASCs still in work
  • Est posting date ???
  • OO-ALC
  • Requirements forwarded to a technical lead who
    assists in the compilation of the requirements
    package
  • The package is then assigned to a buyer
  • Tech Evals are performed using the modified
    Delphi process

54
Primes Meetings
55
Primes Meetings
  • Recommendation
  • Contract Year 1-2 Four per year
  • August, November, February, May
  • Contract Year 3-4 Three per year
  • August, December, April
  • Contract Year 5-7 Two per year
  • August, February
  • Can readdress if majority of primes agree
  • Approximately 15th of the month (for scheduling
    purposes)
  • Plan for 1300-1600 (3 hours)
  • Rotate meeting between ALL primes Local Area

56
Questions and Answers
57
Questions and Answers
  • Question When can we expect to see RFOPs?
    When will the F2AST team begin to accept PRs from
    Government program managers?
  • Answer The cut-off date for all requirements
    packages for F2AST for FY08 was Friday, 22 Aug.
    We are available to discuss potential FY 09
    requirements with customers at any time.

58
Questions and Answers
  • Question The PWS, paragraph 4.7.1
    Environmental Management System, references 1
    Aug 07, AFMC/CV Policy Letter, Conformance with
    AF Environmental Management System (EMS)
    Requirements for Contracts Performed on AF
    Installations. We have not been able to locate
    this document. Please let us know where we can
    obtain this document or provide a URL address for
    downloading it.
  • Answer Information has been provided to all
    primes.

59
Questions and Answers
  • Question Please confirm or correct the
    following turnaround times for the CDRLs and
    additional subcontractor packages
  • Award 90 days 10/21/08
  • Award 60 days 9/21/08
  • Award 30 days 8/22/08
  • Award 3 months 10/23/08
  • Answer Those are correct. However, because
    9/21/08 is a Sunday, anything due on that day
    will be due on Monday, 9/22/08.

60
Questions and Answers
  • Question Please address known, near-term task
    order opportunities, expiring task orders that
    the Government anticipates recompeting, and
    anticipated new task order opportunities.
  • Answer We are unable to provide this
    information. As requirements are finalized and
    approved to come to F2AST, heads-up notifications
    will be issued.

61
Questions and Answers
  • Question Will each D/TO have its own CDRL
    requirements in addition to those CDRL
    requirements associated with the Model Contract?
  • Answer With the exception of CDRL A005 (CAVAF
    Reporting), the CDRLs attached to the basic
    contract apply only to the basic contract. CDRL
    A005 will be incorporated in D/TOs as required.
    Each D/TO requiring CDRL submissions will have
    its own CDRLs.

62
Questions and Answers
  • Question Will each D/TO have individual EVM
    Requirements notwithstanding requirements on
    the model contract?
  • a. DFARS 252.234-7001 or DFARS 252.234-7002
  • b. FAR 1852.242-74 or FAR 1852.242-75 (sic)
  • Answer Any EVM Requirements at the D/TO level
    will be identified at that level.

63
Questions and Answers
  • Question Is the 50M threshold for EVM going
    to be applied at the D/TO level? CLIN level?
    Work Breakdown Structure (WBS)?
  • Answer This will be addressed in applicable
    D/TOs.

64
Questions and Answers
  • Question Will financial reporting requirements
    be specific to individual D/TOs? Will financial
    reporting be required at the model contract
    level? Do they want cost/schedule reporting?
    For example, Cost/Schedule Reporting?
  • Answer Any reporting requirements will be
    defined at the D/TO level. The only reporting
    requirements at the basic contract level are
    those identified in the CDRLs attached to the
    basic contract.

65
Questions and Answers
  • Question Will status report requirements be
    defined at the D/TO level?
  • Answer Yes. All reporting requirements
    applicable to a D/TO will be defined at that
    level.

66
Questions and Answers
  • Question What, if any, access will the
    customer expect into contractor reporting/cost
    tools? Which tools?
  • Answer If access is required, the contractor
    will be notified and the level of access will be
    addressed at that time.

67
Questions and Answers
  • Question At what level of detail will
    Integrated Master Schedules (IMS) be required?
  • Answer This will be defined at the D/TO level
    as applicable.

68
Questions and Answers
  • Question What sort of monthly reports will be
    required? D/TO level? Model contract level?
    CLIN level?
  • Answer There are no monthly reporting
    requirements at the basic contract level. Any
    reporting requirements will be identified at the
    D/TO level as applicable.

69
Questions and Answers
  • Question Will the customer define the level of
    reporting they expect according to overal D/TO
    contract value? The customer agrees that
    financial reporting is not required on Firm Fixed
    Price contracts, correct?
  • Answer Any reporting requirements, including
    level of reporting, will be defined at the D/TO
    level as applicable.

70
Questions and Answers
  • Question What is the customer org structure?
    Will contractors need to mirror this structure
    and identify counterparts to Government staff?
    Will the Government want visibility into the
    contractors RAA structure? Answer The
    organizational structure of WR-ALC/PKE has been
    provided via the web postings. Necessary
    information regarding the organizational
    structure of the requiring organization will be
    provided at the D/TO level.

71
Questions and Answers
  • Question Will the Government provide an org
    chart with contact information included so
    Contractors know who their functional/programmatic
    counterparts are? For example, Business
    Operations, Integrated Scheduling, etc.
  • Answer The organizational structure of
    WR-ALC/PKE has been provided via the web
    postings. Necessary information regarding the
    organizational structure of the requiring
    organization will be provided at the D/TO level.

72
Questions and Answers
  • Question To avoid excessive billing and DD-250
    requirements, will the standard for contract set
    up and modification include maintaining funding
    at the top level CLIN level?
  • Answer Yes, to the extent that this is
    possible. However, there are times when funding
    must be provided at the subCLIN level. The
    Government reserves the right to assign funding
    at the level necessary for its requirements.

73
Questions and Answers
  • Question Will the WBS Structure reach back to
    MIL Standard 881?
  • Answer WBS requirements will be identified at
    the D/TO level as applicable.

74
Questions and Answers
  • Question Relative to the 5,000 funding added
    by Mod -01 to the basic contract, since the value
    is not to be exceeded, and to insure the
    appropriate internal Contractor billing is set
    up, will the Government entertain a change in
    contract type to Firm Fixed Price? This
    contractor bases its accounting structure on
    contract type and Cost Reimbursable implies that
    all costs associated with the Post Award
    Conference will be reimbursed.
  • Answer This funding was established in Task
    Order 0001, not Mod -01. The Government expects
    that all primes will ensure that their costs
    associated with the Post Award Conference DO NOT
    exceed 5,000, as this is the ceiling for the
    conference and is the maximum the Government will
    pay (travel should be less than 5,000 and the
    balance is to be included as labor). We are not
    able to change the contract type of the order.
    If further information is required, we will
    engage directly with the primes on this issue.

75
Questions and Answers
  • Question Will the F2AST Program Office define
    Standard Operating Practices for Prime
    Contractors access to the Program Office?
  • Answer The Standard Operating Procedure is to
    contact the WR-ALC/PKE Administrative Assistant
    (Kathy Mackowski, 478-222-1345) to schedule an
    appointment to meet with any member of the F2AST
    team. In the event you are unable to reach
    Kathy, contact Debra Napier at 478-222-1321.

76
Questions and Answers
  • Question Will all Prime Contractors be
    afforded base access and be provided with
    information on obtaining same?
  • Answer Yes. Applications for contractor
    badges will be processed through WR-ALC/PKE
    (Charlotte Hobson) via form AFMC 496. The form
    includes name, SSN, date of birth, sex, contract
    number, D/TO expiration date, contractors
    address, and customer POC phone number.

77
Questions and Answers
  • Question Will the Program Office be providing
    a list of SETA contractors to each Prime
    Contractor to insure that the appropriate
    Proprietary Information Agreements are in place
    for the basic IDIQ contract/model contract?
  • Answer There are no SETA contractors involved
    at the basic contract level. If any such
    personnel are involved at the D/TO level, they
    will be identified.

78
Questions and Answers
  • Question When should the Contractor anticipate
    funding for effort in support of Model Contract
    CDRL deliverables?
  • Answer All CDRL requirements at the basic
    contract level are Not Separately Priced. There
    will be no funding for these requirements.

79
Questions and Answers
  • Question Will the Program Office provide
    examples (or detailed explanations) of prior FAST
    proposals that demonstrate a preferred format?
    The Contractor would like to provide only the
    data necessary for the Government to evaluate our
    proposals.
  • Answer The RFOP cover letter contains
    specific information for preparation of proposals
    at the D/TO level, including page limitations,
    margins, and evaluation criteria to be addressed
    in the proposal. A pricing template has been
    provided to all offerors. Copies of prior FAST
    proposals will not be provided.

80
Questions and Answers
  • Question Can a F2AST prime use another prime
    as a subcontractor on an RFOP?
  • Answer Yes, if that prime has been added to
    their team as a subcontractor.

81
Questions and Answers
  • Question Inasmuch as the F2AST RFP required
    primes or their critical subcontractors to
    possess a minimum level of certifications
    (ISO/CMMI) to be compliant with the RFP, will
    possession of the certifications be required for
    RFOPs?
  • Answer Any certification requirements will be
    identified at the D/TO level.

82
Questions and Answers
  • Question Regarding the CDRL requirements, will
    the Government provide e-mail addresses that
    correspond to individual office symbols, i.e.,
    WR-ALC/PKE is the office symbol for what
    individuals? What are their e-mail addresses?
    Will information of this type be provided for the
    basic contract and individual D/TOs?
  • Answer That information has been provided for
    the basic contract, and order-specific
    information will be provided at the D/TO level.

83
Questions and Answers
  • Question CDRL A004 calls out a
    government-provided subcontractor participation
    template. When will the Government provide this
    template?
  • Answer The templates will be provided by the
    end of this week (29 Aug 08).

84
Questions and Answers
  • Question Regarding CDRL A005, the document
    indicates that training will be provided by 586
    CBSS/GBMBC. Please advise when the training will
    take place and is there a limit to the number of
    individuals that can be trained? Is the training
    computer based? Will the training take place at
    Warner Robins? Is there an expectation of whom
    from each Prime will be attending the training?
  • Answer This information will be provided as
    soon as possible.

85
Wrap Up
86
Wrap Up
  • Any other Questions/Comments?
  • We look forward to having a long and successful
    partnership with each of you so we can provide
    the warfighter with the goods and services
    required to complete their missions.
Write a Comment
User Comments (0)
About PowerShow.com