Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

D -- Amendment - Questions and Answers. Solicitation Closing date extended to 12 Jan 09 at 11:00AM EST

Notice Date
12/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-09-R-EFT1
 
Response Due
1/12/2009
 
Archive Date
3/13/2009
 
Point of Contact
Kathleen Jones, 703-325-1723<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Question 1: Would the government consider an approach that is based on a Government off the Shelf (GOTS) solution? Answer 1: No, a GOTS solution will not be considered for this procurement. Question 2: Demo Scenario Document: Answer 2: Please resend the latest Demo Scenario Document. There is no updated demo scenario document but what was previously furnished. Question 3: Upon review, I noticed that NAICS code 541512 referenced on the solicitation has a $25M cap in revenue, in order to be considered a small business. Our company is a value added reseller of software products and services and thus our Gross Revenues are much higher than $25M, although, since we arent a manufacturer we are under 100 employees. In researching NAICS code 541512, I found a cross reference with NAICS code 423430 for establishments primarily engaged in wholesaling computer hardware and software products and providing supporting services. Under NAICS codes 423430, a company is considered a small business if they have less than 100 employees. Would the cross-reference of NAICS code 541512 and 423430 allow our company to meet the small business set aside requirement and thus submit a proposal? Answer 3: The NAICS code 541512 will remain the same since there are services required under this effort, and does not fall under suggested code 423430, nor can it be cross referenced for solicitation purposes. The task within this solicitation contains technical support services and training, so therefore its not lending itself to a NAICS code for product based on number of employees. Questions 4: We have been researching potential partners to work with and one had mentioned/heard that this RFP had been cancelled. Can you confirm that this is still a valid/current RFP? Answer 4: Yes, the RFP is valid under FEDBIZOPPS. Question 5: Part III Price Proposal states that the labor categories represent the governments best estimate of required labor. Offeror shall estimate the hours to accommodate the solution. Does the government require that only these stated labor categories be utilized or will the government allow for additional labor categories to accommodate an offerors solution? Answer 5: Additional labor categories are allowed to accommodate a solution.. If you intend to use other labor categories that you feel are consistent or offer better solution to the PWS, please be sure that you cross map those labor categories to the Governments PWS, to ensure your proposal receives a proper evaluation. Question 6: In the PWS, Task 4 is listed as both Interface Development (6.4) and Training and Support (6.5). Is Training and Support Task 4 or should it be Task 5? Answer 6: Yes. 6.5 Task 4 - Training and Support should be 6.5 Task 5 - Training and Support. Question 7: Paragraph 6.4.1 says the contractor will use interface control documents (ICD) to interface with 11 systems that are listed. Paragraph 6.4.2 cites the same 11 systems as requiring interface files. Also, paragraph 6.4.3 references use of the GEX system to system interfaces, whereby GEX will be used as the primary integration hub until Web Services are available to automatically push and pull transactional documents. Are all the required interfaces among those cited in Paragraphs 6.4.1 through 6.4.3? Or are additional interfaces required, e.g. to current funding distribution and ERP systems? Answer 7: Additional interfaces will be required. Question 8: For PWS task 6.5, Training and Support, how many users is the EFD solution expected to train and support? Where would these users be geographically located? Answer 8: Thousands of users, world-wide, will use the EFD solution. Question 9: For PWS task 6.3, Reports Development, will the contractor be working with BTA SMEs to define final report designs, or will the contractor need to reach out to stakeholders at the DoD services to finalize the designs? Answer 9: During proposal phase, the contractor will define reports; after award the contractor will work with BTA SMEs. Question 10: Instruction to Offerors: Part 1 Technical Proposal In this paragraph on Page 2, there is mention of Attachment 1 and 2. Please provide Attachment 1. Answer 10: Attachment 1 is the PWS. Para you refer to should state Attachment 1 and 4. Question 11 14 reserved Question 15: Does the Government own licenses to any of the FSIO-compliant tools that will be available for this project? Answer 15: Not applicable. Question 16: For the purposes of pricing COTS software licenses, please provide the following information: Question 16a: How many users will need the capability to enter and edit transactions (e.g., perform funds distributions)? Answer 16a: Initially approximately 50 users; potentially hundreds. Question 16b: How many users will need the capability to just query data or run reports? Answer 16b: Initially approximately 200 users; potentially several hundred. Question 16c: How many users need the capability to create reports? Answer 16c: Initially approximately 50 users; potentially hundreds. Question 16d: We assume the option year prices for software licenses are for software maintenance. Please confirm. Answer 16d: Option year prices for software licenses include software maintenance. Question 17: Section 9 of the PWS Place of Performance states The vendor shall perform all tasks and deliverables within the Washington D.C. metropolitan area. Section 12 states The Government will provide office required facilities, equipment, and materials for daily business use of staff called for under this order. Finally, the Instructions to Offerors states All work under these tasks will be performed at Government facilities at Crystal City, VA. Please confirm where the Government expects the work to be performed. If the work is to be performed at the Government facility, will the Government provide the necessary hardware and software for the development and testing environments, configuration management, etc? Is the place of performance expected to remain the same for all tasks and through all phases of the project (e.g. beyond IOC)? Answer 17: The vendor will provide software for the development and testing environments, configuration management, etc. The work will be performed in the Washington, D.C. area. Question 18 reserved Question 19: If two small businesses team with another company or companies, and if both small business qualify under the specified NAICS code, will the Government accept a bid where the two small businesses combine for at least 50% of the work with neither executing at least 50% on their own? Answer 19: A prime small business contractor must perform 51% of the work. Question 20: Proposal Submission Instructions, Section K, Representations and Certifications: Please provide a copy of the applicable Representations and Certifications that the Government is requiring to be completed and submitted at proposal submission. Answer 29: Please use https://orca.bpn.gov/ to provide your reps and certs for this procurement. Question 21: Please clarify whether or not additional Sections apply to this solicitation such as but not limited to: Section G Contract Administration Data Section H - Special Contract Requirements Section I - Contract Clauses Security Requirements Answer 21: The resultant contract will be issued under an SF1449 under FAR Part 12. Question 22: Can we include a Corporate Overview and Teaming Structure in an Executive Summary? Answer 22: Yes. Question 23: What is the intended start date of the contract? Answer 23: As soon as possible after contract award. Question 24: Can the Government disclose a list of companies that responded to the EFD RFI, and which companies/vendors were invited to demonstrate their solutions to the Government prior to this solicitation? Answer 24: No. And nobody was invited to demonstrated their solution. Question 25: Scenario Overview: "Page 6 Demonstration Pre-requisites, 2nd bullet states specific user accounts to set up in the system, however, it is not detailed in the scripts which user account to use for which transaction, and what type of security/access the user should be granted. Will this information be provided before the demonstration? Answer 25: Yes, sufficient GFI will be provided for Business Solutions Demo (BSD). To be furnished after proposals determined technically acceptable. Question 26: Scenario 1 Pre-requisites: "FY08 summary justification materials are available in Excel format. On page 5 - Key Assumptions (1st bullet) states Vendors will be supplied FY2009 appropriations. Are we loading FY08 or FY09 appropriations in the scenario? "Key Assumptions on page 5 lists the following appropriations will be supplied: 2020, 0300, 0130, 3300, 1453 and 51203. This script (and others) all reference 2020, 0300, 0130, 3300, 1453 and 2040, not 51203. Will information be provided to establish appropriation 2040? Answer 26: FY08 data will be used, 51203 vice 2040 will be used. Question 27: Scenario 6 Pre-requisites: Question 27a: Last bullet references FY08 appropriations have been loaded. Should this be FY09? Answer 27a: FY08 Question 27b: Demo Item # 1 Refers to SFIS Appendix D for FAD required SFIS elements. No Appendix D was provided. There is an Appendix A and Appendix B but the pages are blank. Will the information be provided before the demonstration? Answer 27b: Yes Question 27c: Demo Item # 6 - 7 reference Associated Requirements # 2.2.1.11 and 2.2.1.5 Demo Item # 10 13 reference Associated Requirements # 2.2.6.1, 2.2.8.2, 2.2.8.1 and 2.2.9.2 Question 33e: Demo Item # 25 27 reference Associated Requirements # 2.2.4.1, 2.2.4.2 and 2.2.6.1 None of these requirements are included in the Requirements Matrix. Will these requirements be provided? Answer 27c: Additional clarification will be given during the BSD portion of source selection. Question 28: Scenario 7 Details of script execution are not included. Demo Item # and process steps not included like other scenarios (e.g., Scenario 1). Will the detailed process steps be provided in advance of the demonstration? Answer 28: Yes. Question 29: Scenario 8 Details of script execution are not included. Demo Item # and process steps not included like other scenarios (e.g., Scenario 1). Will the detailed process steps be provided in advance of the demonstration? Answer 29: Yes. Question 30: Scenario 10 Technical Administration "Measures of Effectiveness the 2 bullets are the same ones from the previous Reports Scenario Are these correct? Answer 30: No. The scenario 10 bullets are not correct. There should be one bullet under Measures of Effectiveness that reads: TBD. Question 31: Appendix A - Enterprise FAD Requirements - Page is blank. Will the information be provided before the demonstration? Answer 31: Yes. Question 32: Appendix B - SFIS Requirements Page is blank. Will the information be provided before the demonstration? Answer 32: Yes. Question 33: Where will the EFD solution be hosted, and who will be responsible for system administration and database administration? Answer 33: Hosted in Washington, DC area; see section 6.5.2. Question 34: How often do appropriations get loaded into the budget? Answer 34: Yearly. Question 35: How are approvers assigned in the process? Based upon the appropriation dollar amount, type of contract, etc. Answer 35: Approvers are unique by organization normally, at least three approvers on each of the potential seven levels. Question 36: Are the thresholds % or dollar amounts? Answer 36: Could be either or both. Question 37: How is the approval process created? Is it adhoc based upon a contract? Answer 37: Varies depending on organization. Question 38: Can the Business Solution Demonstration be conducted at the vendor site or must it be at the government site? Answer 38: See instructions. It will be in Crystal City. Question 39: Are scenarios 4, 7, 8 and 10 complete? They seem to lack the specifics included in the other scenarios. Will the vendors be provided any more specifics for these scenarios? Answer 39: Vendor selected to demo will be given the opportunity to clarify the scenarios. Question 40: Within the Business Solutions Demonstration, Appendix A Enterprise FAD Requirements and Appendix B SFIS Requirements are blank. Will the appendix be provided? Answer 40: Sufficient Government furnished information (GFI) will be provided. Question 41: The instruction to offers states Pages over the maximum page limitation for any volume shall be excluded from evaluation. The only page limit we can find is the 5 page limit for the Statement of Understanding section within the Technical Proposal volume. Are there any other page limits? Answer 41: 5 page limit for Statement of Understanding as noted. No page limit for pricing; past performance is limited to past 3 years as stated. Question 42: Please expand on the description of your Legal Controls Process. Answer 42: This refers ensuring that funding limitations placed in the DoD Appropriations Act are honored. Question 43: Please further define the lateral distribution process. Answer 43: Instead of the typical funds flow from higher command to lower command; the funding distribution would be from and to commands that are equivalent in the chain of command. Question 44: Please expand on the description of allocating funds. Is this a manual or automated process today? Answer 44: It is currently a combination of both. Question 45: Please expand on the description of withdrawal override process. Answer 45: When a higher command needs to recall funds from a lower command but the lower command is slow in giving up the funds. Question 46: Expand on description of procurement threshold requirements. Answer 46: Refers to below threshold reprogramming requirement. Question 47: Define process of handling misc cash. Answer 47: Funds that do not flow in a routine or standard course. Question 48: Can we get a sample of each report requested. Answer 48: Sample reports will not be provided at this time. Question 49: How current will data persist in new system (quarterly, monthly, weekly, daily). Answer 49: Daily. Question 50: Please define the system business intelligence capabilities required. Answer 50: Refers to the potential capability of the COTS product. Question 51: Please expand on Budget Program information requirement. Answer 51: Refers to the linkage between funds distribution and budget display/controls. Question 52: Please define the Work Breakdown Structure. Answer 52: Existing information is sufficient. Question 53: There is a place to enter a cost for 1-24 licenses of the software: Question 53a: Are you requesting the cost per user, or the total cost for 24 users? Answer 53a: Question refers to economy of scale when multiple licenses are required. Question 53b: Should this cost include the annual maintenance cost? Answer 53b: Yes. Question 54: It appears from the spreadsheet that BTA is asking for license costs for each option period. Are the licenses requested in the option years above and beyond the ones requested in the base year, and the preceding option periods? The licenses provided for the base year are perpetual licenses meaning that once BTA licenses them, they would not need to relicense them for option years. In other words, if BTA licenses 50 users of software in the base period and only needs 50 users throughout the project, they would not need to license anything else during the option periods. However, if they wanted to license an additional 50 users during each period, then that software would need to be licensed. Answer 54: Additional user licenses may be required as the system is implemented throughout DoD. Question 55: Document states The period of performance consists of a base period of 90 days to provide for a baseline product with two software license releases. Please explain what is meant by two software releases, and what impact that has on software licensing. Are these releases of the software to physical locations, or two releases based on phased deployment? How is this reflected in the pricing worksheet? Answer 55: Software releases refer to an initial baseline capability and an enhanced capabilities release to follow. Question 56: What constitutes a demonstration failure? Answer 56: BSDs are used to assess the quality of the COTS product. Question 57: The demonstration scripts appear to be incomplete. Please provide us complete set of demonstration scripts? Answer 57: Sufficient GFI will be provided after technical adequacy is deemed. Question 58: How many total users are anticipated by the Government across all phases? Answer 58: Several hundreds of users are anticipated. Question 59: Are there an anticipated number of users for each phase? Answer 59: Approximately 100 in Phase I; several hundred in Phase II. Question 60: Is Section 508 compliance a mandatory requirement, or will a waiver for non-availability be permitted? Answer 60: Requirement. Question 61: What is the estimated throughput, in number of documents, during peak processing? Answer 61: Estimated at 200 concurrent users during peak usage. Question 62: Will the Government provide server hardware for the solution, or is the offeror required to deliver the required hardware? Answer 62: Hardware is government furnished. Question 63: The demonstration script indicates on page 6, in the Demonstration pre-requisites, that the funds management solution is installed but not configured. Can you please elaborate on your expectations? Scenario 1 starts with transaction processing. This would require configuration of master data, business rules, etc. Answer 63: Sufficient GFI will be provided to configure system. Question 64: With regard to the Functional Requirements Matrix, can you please confirm how the Government wishes the offeror to complete? Answer 64: The Offeror must complete the Functional Requirements Checklist (Attachment 2) indicating which of the requirements are configurable items, custom changes or not part of the solution. Question 65: With regard to the minimum requirement (100% Mandatory and 90% Priority requirements) for technical acceptability, is a requirement that can be met with customization considered to count toward the minimum threshold or against? Answer 65: Customization would be considered to count toward the minimum threshold?
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=092998a4298464b44288d6b9b2324ff2&tab=core&_cview=1)
 
Place of Performance
Address: BTA 1851 South Bell St Crystal City VA<br />
Zip Code: 22202<br />
 
Record
SN01723420-W 20081225/081223215349-092998a4298464b44288d6b9b2324ff2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.