Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOURCES SOUGHT

D -- USAFE-AFAFRICA Europe-Wide Information Technology Enterprise Network (EITEN) Services

Notice Date
10/8/2021 4:16:09 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA5641 764 ESS PK APO AE 09094-3187 USA
 
ZIP Code
09094-3187
 
Solicitation Number
FA564121R0010
 
Response Due
10/15/2021 12:00:00 AM
 
Archive Date
06/01/2022
 
Point of Contact
Nathaniel Searing, Phone: 4963715365286, Christin Grub, Phone: 496315366032
 
E-Mail Address
nathaniel.searing@us.af.mil, christin.grub.de@us.af.mil
(nathaniel.searing@us.af.mil, christin.grub.de@us.af.mil)
 
Description
Europe-Wide Information Technology and Enterprise Network Services (EITEN) IDIQ service contract in support of US Air Forces Europe and Africa (USAFE-AFAFRICA/A6) *** 08 Oct 2021�Update *** In support of Industry Days on 26-29�October 2021, this notice is updated with the following draft EITEN documents: Attachment 7: Draft Pricing Strategies Attachment 8: Draft Section L - Instructions to Offerors� Attachment�9: Draft HTRO Self-Scoring Matrix The�764 ESS and USAFE-AFAFRICA/A6 request questions related to the draft documents on or before 15 October 2021 at 1800 (Central European Time), in Attachment 3 - Q&A Template, in order to be addressed explicitly at Industry Day.� For registered Industry Day attendees, it is recommended you download the Zoom desktop application in advance�to ensure your access the event.�Zoom meeting�invitations will be sent directly to registered attendees with login information in advance of the 26 October Industry Day activities. For registered one-on-one participants, the Government anticipates conducting these meetings via�teleconference (NOTE: this is a non-conference line).� A dial-in number will be sent directly to confirmed participants�in advance of the 27-29�October meetings.� Request for Information - Update In advance of Industry Day, 764 ESS is seeking industry input on how to best approach and structure the planned solicitation to acquire enterprise IT and Network support services. 764th ESS recognizes the value of technical voices from industry and encourages those voices to be at the forefront in responding to this RFI. The Government is not seeking updated capabilities briefings at this time. This is�NOT�an Invitation for Bid (IFB) or a Request for Proposal (RFP). This is a�Sources Sought and Request for Information (RFI),�part of ongoing Government conducted market research for planning purposes. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation. The Government will not provide reimbursement for costs associated with this request. Responses shall be treated as information only, become property of the US Government, and will not be used as a proposal. Any information provided by industry to the Government as a result of this RFI is strictly voluntary; responses will not be returned. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP. Questions for Interested Vendors The Government is concerned about the complexity of transition existing requirements to EITEN because existing requirements and contracts have multiple services locations, various host nation requirements, security clearance and certification requirements vary by location and work to be completed. How should the existing requirements transition to EITEN efficiently? Please explain how to have full visibility of overall enterprise IT services requirements and their performance and efficiencies. EITEN will support USAFE-AFAFRICA legacy systems. Does your company have experience with the legacy systems? If not, what would the company need to support the legacy systems? What would be the risks? What acquisition, technical, or support risks do you forsee with contracting these services out in the Area of Responsibility (AOR)? Do you have experience recruiting, retaining and managing IT manpower/personnel/professionals on an Indefinite Delivery Indefinite Quantity (IDIQ) contract awarded to your company? What are your lessons learned? Please review Attachment 7 � Pricing Strategies and provide your questions, comments, concerns with the various pricing approaches outlined in the document.� � *** end of update *** *** 30 Sept 2021�Update *** In support of Industry Days on 26-29�October 2021, this notice is updated with the following draft EITEN documents: Attachment 4: Draft Indefinite Delivery Indefinite Quantity Performance Work Statement Attachment 5: Draft Initial Task Order Performance Work Statement� Attachment�6: Draft Labor Category Definitions� Additional draft documentation in advance of Industry Days is anticipated for release next week. The 764 ESS and USAFE-AFAFRICA/A6 request questions related to the draft documents on or before 15 October 2021 at 1800 (Central European Time), in Attachment 3 - Q&A Template, in order to be addressed explicitly at Industry Day.� *** end of update *** *** 27 Sept 2021�Update *** As of 24 September 2021 at 1700 (Central European Time) registrations for the upcoming EITEN Industry Day are closed.� We have received more vendors requests for�registration than can be accommodated at this time.� If your registration was received after 1700 (Central European Time) on the 24th, or you haven�t received a response from our office, we are working to accommodate your request.� If you haven�t received a response by �29 September, please feel free to follow up.� ���� If your company pre-registered with three or less attendees, we will only authorize one computer log-in so that we can accommodate all interested parties.� Requests for additional log-ins can be directed to Capt Derek Chaplin on a case-by-case basis.� Additionally, the Government anticipates the release of additional draft documents -- including an IDIQ-level PWS and initial task order PWS -- later this week.� *** end of update *** *** 10 Sept 2021�Update - Announcement of Industry Days (26-29 October 2021)�*** The 764 Enterprise Sourcing Squadron and United States Air Forces in Europe and Africa (USAFE-AFAFRICA/A6) will hold a virtual Industry Day for European-Wide Information Technology Enterprise Network (EITEN) support services on 26 October 2021, with planned one-on-one discussions with interested vendors to follow on 27-29 October 2021. The purpose of the upcoming virtual Industry Day is to solicit interest in a single award Indefinite Delivery Indefinite Quantity (IDIQ) service contract to provide EITEN support services to Headquarters USAFE-AFAFRICA, USAFE bases, USAFE geographically separated units (GSUs), and tenant activities located on any USAFE-AFAFRICA base. �The Government estimates a ceiling of $999M, with a potential for a ten-year ordering period.� The Government seeks to provide industry more insight into EITEN requirements and allow potential offerors the opportunity to ask questions and provide feedback on both the work to be performed and the Highest Technically Rated Offeror (HTRO) anticipated source selection approach.� Those who are interested in attending this event are requested to respond to this notice by e-mailing the Government points of contact (POCs) with your filled out registration form (Attachment 1) no later than 24 September 2021.� The EITEN Industry Day event will be performed virtually via electronic communications due to COVID-19 protocols and international travel restrictions.� The specifics of attendee access to the Zoom meetings will be specified in this posting prior to the Industry Day.� Interested participants must submit their registration to the Government POCs via e-mail no later than 24 September 2021. A tentative agenda is attached to this announcement (Attachment 2), and a more detailed agenda will be provided prior to the virtual Industry Day(s).� All briefings and one-on-one discussions will be conducted at the unclassified level.� The Government briefings will take place on 26 October 2021.� One-on-one meetings will take place between 27 October and 29 October 2021, depending on the number of interested attendees.� Time slots for one-on-one opportunities will be limited to no more than 25 minutes. �For these one-on-one discussions, the Government is not seeking a capabilities presentation, but rather seeks substantive discussion with industry on EITEN�s performance requirements, the planned HTRO source selection approach, and other draft documentation that will be provided in advance of Industry Day. The Government will send an email confirmation verifying successful receipt of registration along with one-on-one meeting confirmations upon receipt, and a final agenda no later than 1 October 2021. Attendees are encouraged to submit questions in advance, but are not required to do so. �A template for Q&A is included in Attachment 3.� A summary of all releasable questions and answers arising during the one-on-one meetings will be posted the following week.� The Government also intends to supplement this announcement in the coming weeks with a formal Request for Information (RFI), additional EITEN-related documents (revised performance work statements, labor category listings, draft solicitation documents, draft HTRO evaluation criteria, etc., for discussion at Industry Day).� Additional PWSs for existing requirements will also be provided to outline existing EITEN-related services and anticipated future task order work.� Note, this will not be all-inclusive due to the unforeseen nature of the requirements.� This Industry Day Notice is issued solely for information and planning purposes and all information provided is subject to change.� It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future.� This virtual Industry Day Notice does not commit the government to contract for any supply or service.� Furthermore the Government will not pay for any information or administrative costs incurred by any attendee for travel expenses or marketing efforts.� All costs associated with responding to this Industry Day Notice will be solely at the responding party�s expense Questions or concerns shall be directed to the following Government POCs: Mr. Nathaniel Searing, Procuring Contracting Officer, 764 ESS/PKA, nathaniel.searing@us.af.mil, Comm: +49 (0) 631-536-5286 Capt Derek Chaplin, Lead Contract Specialist, 764 ESS/PKA,�derek.chaplin@us.af.mil, Comm: +49 (0) 631-536-7515 Ms. Christin Grub, Contract Specialist, 764 ESS/PKA, christin.grub.de@us.af.mil Mr. Rajko Kraft, Contracting Specialist,� 764 ESS/PKA,�rajko.kraft.de@us.af.mil EITEN Industry Day List of Attachments: Attachment 1: Registration Form (provided 10 Sept 2021) Attachment 2: Industry Day Agenda (provided 10 Sept 2021) Attachment 3: Q&A Template (provided 10 Sept 2021) Attachment 4: Draft Indefinite Delivery Indefinite Quantity Performance Work Statement (provided 30 Sept 2021) Attachment 5: Draft Initial Task Order Performance Work Statement (provided 30 Sept 2021)� Attachment�6: Draft Labor Category Definitions (provided 30 Sept 2021) Attachment 7: Draft Pricing Strategies (provided 08 Oct 2021)� Attachment 8: Draft Section L - Instructions to Offerors (provided 08 Oct 2021)� Attachment 9: Draft HTRO Self-Scoring Matrix (provided 08 Oct 2021)� Attachment N/A: Industry Day Request for Information (RFI) (included in 08 Oct 2021 announcement) Attachment _: Responses to Q&A (pending) Attachment _: Industry Day Briefing (pending) Attachment _: Industry Day Participants (pending) Attachment _: Industry Day Q&A (pending) *** end of update *** *** 2 July 2021 Update *** Based on inquiries from interested vendors, the following additional information is provided by the Government: EITEN is a new effort without a current incumbent, although the scope of the EITEN solicitation could incorporate current USAFE efforts when their current performance periods expire.� The anticipated initial task order for EITEN is a follow-on requirement currently fulfilled under FA5641-17-F-Q503 (IT Support Services). Other USAFE IT services requirements are currently fulfilled under various contracts, including but not limited to FA5641-17-F-Q502; FA5641-17-F-0024; FA5641-19-F-A010; FA5641-19-F-A024; FA5641-19-F-A026; FA5641-21-F-0008 and FA5641-20-F-0041.� The anticipated EITEN solicitation and resulting contract, if awarded, will not be a Requirements Contract and it will be up to the ordering contracting office to determine if EITEN meets their needs. *** end of update *** Introduction The 764th Specialized Contracting Squadron intends to solicit a European-Wide Information Technology and Enterprise Network Services (EITEN) Indefinite-Delivery-Indefinite-Quantity (IDIQ) service contract in support of the United States Air Forces in Europe (USAFE)/Air Forces Africa (AFAFRICA). Services are anticipated to be performed at multiple locations within USAFE-AFAFRICA. Performance is�expected to begin in July 2022, and the�government is considering an anticipated IDIQ ordering period of up to ten years. If an IDIQ contract is awarded for this requirement, the guaranteed minimum is unknown at this time, but the Government anticipates a maximum ceiling NTE $1B. �The draft Basic Performance Work Statement (PWS) and first Task Order (TO) PWS is provided for more detailed information regarding this requirement. This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). This is a Sources Sought and Request for Information (RFI), part of ongoing Government conducted market research for planning purposes. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation. The Government will not provide reimbursement for costs associated with this request. Responses shall be treated as information only, become property of the US Government, and will not be used as a proposal. Any information provided by industry to the Government as a result of this RFI is strictly voluntary; responses will not be returned. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP. Purpose This sources sought and request for information (RFI) helps the Government obtain adequate knowledge of industry capability, understanding of the marketplace and ensure competition among potential contractors. The Government will gain knowledge of interested, qualified companies and their capability of satisfying this requirement. This market survey is for information only and the type of solicitation may depend upon responses to this sources sought and RFI. Industry Responses Please provide�on company letterhead the following information: company name, point of contact, address, phone number, email address DUNS number, and CAGE code, as well as�a brief (2 pages or less) capabilities statement. Responses are requested as soon as possible but not later than 14 July 2021 at 1700 hours Central European Time (CET). Additionally, the Government requests interested vendor input on the�enclosed attachments, and responses to the market research questions. All responses shall be submitted via e-mail to the 764th Enterprise Sourcing Squadron EITEN Acquisition Team: Mr. Nathaniel Searing, Procuring Contracting Officer, nathaniel.searing@us.af.mil Capt Derek Chaplin, Lead Contract Specialist, derek.chaplin@us.af.mil Ms. Christin Grub, Contract Specialist, christin.grub.de@us.af.mil Mr. Rajko Kraft, Contract Specialist, rajko.kraft.de@us.af.mil Attachments Draft basic IDIQ Performance Work Statement Draft model task order PWS (Information Technology Support Services) Draft labor category descriptions Vendor comment response matrix Questions for Interested Vendors Is your company capable of fulfilling the entire requirement outlined in the draft Basic Performance Work Statement (PWS)?� Identify barriers to performance if any. The Government is considering additional performance locations outside of the currently known locations in Germany, the United Kingdom, Italy, Poland, Spain and Turkey. These may include locations in Europe or Africa. Identify any challenges which would prevent your firm from successful performance in the specified locations? The Government contemplates pricing based on ceiling rates for each labor category anticipated. The Government is seeking industry input on this pricing arrangement, in particular if industry can propose rates by individual country within Europe and Africa, for Main Operating Bases only, or some other method. The Government seeks to create a menu of pre-priced labor categories in which to quickly execute future task orders, making the process as efficient as possible for both the Government and Industry. Upon review of RFI Attachment 4 Labor Categories and Descriptions, what additional categories would you propose for this requirement? Many of the positions on this contract are expected to require a U.S. Secret clearance and require the contractor to have an appropriate facility clearance for performance. This requires the contractor to hire predominately U.S. citizens to perform the work. Logistical support and SOFA (Status of Forces Agreement) status for contractors is granted or denied by the host nation government and cannot be guaranteed by the U.S. Government.� Considering the requirement will be performed in the USAFE-AFAFRICA AOR do you see a lack of logistical support or lack of SOFA status as a barrier to being able to successfully staff your team. Will this potentially be an inhibiter to successful performance? See the DOCPER website for more information on this topic: https://www.eur.army.mil/contractor/. In your firm�s opinion, is DOCPER status required for this work or could offerors perform this requirement without DOCPER status for its employees? The Government has not yet committed to a contract type, and seeks industry feedback on its proposed contract type. The government is considering awarding a single-award indefinite delivery indefinite quantity (IDIQ) contract or a multiple-award wherein each country/MOB/etc is covered by a single contract. The Government anticipates utilizing cost-reimbursable CLINs for travel and materials CLINs; however the Government appreciates industry feedback on CLIN type for labor. �How would you structure CLINs differently?� What period of performance would you propose? Does your company prefer to define its own FFP labor categories and rates for the IDIQ with an associated contractor defined job description or use standard Government FFP labor categories with job descriptions defined by the government and rates defined by the contractor? Identify any other customary commercial practices that have not been addressed in this sources sought and would be pertinent to this requirement. Industry review and input on the PWS is always beneficial for authoring a well-written requirement. Please identify any concerns or questions you have regarding the draft IDIQ PWS, draft Task Order PWS, and what information your company would like to see not only in the IDIQ PWS but future Task Orders. Feel free to include any changes to the PWS you recommend via the provided comment matrix. It is possible that some or all of the contractor�s employees may be governed by host nation labor law (TUPE, etc.) while working on a future contract. What is your experience with staffing contractor workforces in foreign locations and complying with host nation labor law? The Government anticipates a US Dollar denominated contract price. Please identify any risks or concerns with this approach. The Government believes industry can provide the skill-sets needed to meet this requirement and views the highest risk to be associated with host-nation rules (DOCPER, TESA, etc.) and pricing of labor categories. What risks do you see associated with this acquisition and how would you mitigate those risks? If the Government set �floor rates� to prevent unrealistically low-bids, would this level the playing field for industry or simply introduce other risks or concerns? In the last 5 years, tell us what, if any, experience do you have within Europe or Africa with the labor categories identified in RFI Attachment 3 (Labor Categories and Descriptions), and/or Information Technology Support Services of a type akin to RFI Attachment 2 (Model TO PWS). The Government does not anticipate a lowest-priced-technically-acceptable approach to�this acquisition, and instead�anticipates defining best value�in a way that ensures offerors can effectively price this effort to perform the service at the high-quality level required by USAFE-AFAFRICA/A6. What technical criteria does your firm view as critical to ensuring the Goverment recieves�high quality service performance for EITEN?� Additionally, would the utilization of a Highest Technically Rated Offeror approach�appeal to your firm?
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8e2d9c32b7f5480ca2d6c5e68e243e3d/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN06154908-F 20211010/211008230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.