Contractor Logistics Support (№5771930)

21 jan

Number: 5771930

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


21-01-2018

Description


Contractor Logistics SupportSolicitation Number: W15QKN-17-R-0006
Agency: Department of the Army
Office: Army Contracting Command
Location: ACC - NJ (W15QKN)

Solicitation Number: W15QKN-17-R-0006

Notice Type: Award

Contract Award Date: January 18, 2018

Contract Award Number: W15QKN-18-D-0024

Contract Award Dollar Amount: $36000000.00

Contractor Awarded Name: BARBARICUM, LLC.

Contractor Awarded DUNS: 827620308

Contractor Awarded Address: 1714 N Street
Washington, District of Columbia 20036
United States

Synopsis: Added: Nov 16, 2016 11:03 am Modified: Feb 17, 2017 8:25 am

Track Changes

The U.S. Army Contracting Command -New Jersey (ACC-NJ) on behalf of the Project Manager, Close Combat Systems (PM-CCS), intends to issue a solicitation for Contractor Logistic Support (CLS) to provide technical and support services for the family of PM CCS systems including:


• Phraselator 2 Translation Device,
• Magnetic Audio Device (MAD)
• Garrett Hand Held Metal Detector
• Vehicle Lightweight Arresting Device (VLAD)
• Entry Point Vehicle Kit - Solid State (EPVK - SS)
• Magnum Spike System MS-16
• VMC1 (Gizmo)
• VMR2/2+ (Minehound)
• Detector Special Purpose #27 (DSP-27)
• Army-Navy/Portable Special Search (AN/PSS)-14 Models B and C
• Ceia Compact Metal Detector (CMD) 2.X,
• Strider Detector System
• LightGuard Mercury
• Family of Spider systems
• Acoustic Hailing Device (AHD)(AN/TIC-43),
• Multispectral Advance Reconnaissance Video Imaging Notator (MARVIN)


The potential locations for contract performance include CONUS, OCONUS and US Central Command (CENTCOM) Area of Responsibility (AOR).


The Contractor shall be responsible for providing personnel with the necessary mechanical and training knowledge and skills who are capable of integrating/installing, fielding, shipping, transporting, training (operators, train the trainer, and key leaders), testing each operator"s proficiency on the equipment using task, condition and standard format, providing site preparation, documentation updates, customer support, inspection and maintenance (defined as repair, rebuild, parts repair replacement, and troubleshooting). These skill sets will be applied to hardware, software, firmware and logistics support, and the associated support tasks such as program management, administration support, inventory management and quality management. Additional requirements include interfacing with other Government and Contractor personnel as coordinated by the Contracting Officer Representative (COR). The North American Industry Classification System (NAICS) code for this acquisition is 811219, Other Electronic and Precision Equipment Repair and Maintenance.


The Government intends to solicit this requirement as a competitive 100% Small Business Set-Aside. The Government will select for award the proposal that is most advantageous and represents the Best Value to the Government. The Government intends to fulfill this requirement via a single award Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract. The contract will include a total of five (5) one year ordering periods.


It is anticipated that this solicitation will be posted on FedBizOpps https://www.fbo.gov on or about 17 February 2017. The deadline for all proposals will be 24 March 2017.


THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP). Reponses to this announcement are not proposals and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This notice should not be construed as a commitment of any kind by the U.S. Government.


The primary Point of Contact (POC) for this action is Ms. Tiffany Nosti, Contract Specialist, ACC-NJ-CC, [email protected]. All inquiries must be submitted via email to the aforementioned POC. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.


Contracting Office Address:
ACC-New Jersey, Building 10 Phipps Road, Picatinny Arsenal, NJ 07806-5000.


****Anticipated release date for the solicitation was amended from 16 December 2016 to 20 January 2017. The deadline for receipt of proposals was changed from 45 days after issuance of the solicitation to 30 days after issuance of the solicitation. Amendment was completed on 14 Decemeber 2016.

****Anticipated release date for the solicitation has been amedned from 20 January 2017 to 08 February 2017. The deadline for receipt of proposals was changed from 30 days to 33 days after solicitation issuance.

****Anticipated release date for the solicitation has been amended from 08 February 2017 to 22 February 2017. The deadline for receipt of proposals was changed from 33 days after issuance of solicitationo to 24 March 2017.

****Anticipated realease date for the soliciation has been amended from 22 February 2017 to 17 February 2017. The deadline for receipt of proposals remanied unchanged at 24 March 2017.

Added: Feb 17, 2017 3:19 pm

This constitutes the release of Solicitation W15QKN-17-R-0006 for Contractor Logistics Support (CLS) for the entire family of Project Manager Close Combat Systems (PM CCS). Responses to this solictation shall be received no later than 2:00 pm E.S.T. on Friday 24 March 2017.

See Solicitation attachment for repsonse details.

The primary Point of Contact (POC) for this solicitation is Ms. Tiffany Nosti, Contract Specialist, ACC-NJ-CC,

[email protected]. All inquires must be submitted via email to the aforementioned POC. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.

Added: Mar 03, 2017 3:49 pm AMENDMENT 0001 SOLICITATION W15QKN-17-R-0006

The purpose of Amendment 0001 to Solicitation W15QKN-17-R-0006 is to:


1. Update Section A, to include the response date and time, which remains unchanged from the date/time shown on FedBizOpps of 24 March 2017 2:00 PM EST.


2. Update Section A to include an alternate Point of Contact (POC), Tina G. Gopon Contracting Officer [email protected]. All correspondence should include both POCs.


3. Update Section C, Performance Work Statement (PWS) paragraph 5.1.1 by deleting the following statement: "The Contractor may occupy office space within the Fort Leonard Wood Army Installation if coordinated with and approved by the COR and KO."


4. Change Section H , FROM: "The Performance Work Statement for Task Order 0001 is provided for informational purposes only to facilitate the award of the first task order. The Government intends to award the first task order within two (2) weeks of contract award."


TO: The Performance Work Statement for Task Order 0001 (Attachment 0063) is provided for informational purposes only to facilitate the award of the first task order. The Government intends to award the first task order within two (2) weeks of contract award."


5. Update Section L, paragraph 3.3.1.c. FROM: "As a requirement under the CLS solicitation, all Offerors must submit Reps/Certs data into the System for Award Management (S.A.M.) at https://www.sam.gov/ and provide one (1) hard copy and one (1) previously submitted with the proposal."


TO: "As a requirement under the CLS solicitation, all Offerors must submit Reps/Certs data into the System for Award Management (SAM) at https://www.sam.gov/ and provide one (1) hard copy and one (1) electronic copy (on CD) submitted as an.XPS file. Any Offeror that has previously submitted Reps/Certs data into SAM is reminded to update the data prior to submitting with the proposal."


6. Update Section L, paragraph 5.2.2 FROM: "Offerors shall submit a list of all recent Government contracts (prime and major subcontracts) in performance or awarded to the Offeror and any of its major subcontractors within the past three (3) years, or awarded earlier than three (3) years ago, but for which deliveries/performance occurred or were scheduled to occur within the past three (3) years, which are relevant to the effort required by the solicitation."


TO: Offerors shall submit a list of all recent Government contracts (prime and major subcontracts) in performance or awarded to the Offeror and any of its major subcontractors within the past five (5) years, or awarded earlier than five (5) years ago, but for which deliveries/performance occurred or were scheduled to occur within the past five (5) years, which are relevant to the effort required by the solicitation."


7. Update Section L, paragraph 5.1.1(d) FROM: "The Offeror shall provide descriptions of their Management ability to recruit, hire, and retain skilled qualified CENTCOM Field Service Representatives (FSR) as it relates to the activities, documentation, and timing cited in Attachment 0002 of the PWS. The Offerors ability to provide uninterrupted high quality personnel coverage for CONUS & OCONUS, and Theater work, including their ability to quickly deploy personnel for unplanned Theater requirements and maintain continuity of services in the midst of personnel disruptions such as sickness, leave, and terminations."


TO: "The Offeror shall provide description of their Management"s ability to recruit, hire and retain skilled qualified personnel to ensure a stable workforce especially as it relates to the activities, documents and timing to process a Field Service Representative (FSR) for deployment to each CENTCOM AOR country cited in Attachment 0002 of the PWS. The Offerors shall provide descriptions of their ability to provide uninterrupted high quality personnel coverage for CONUS & OCONUS, and Theater work, including their ability to quickly deploy personnel for unplanned Theater requirements and maintain continuity of services in the midst of personnel disruptions such as sickness, leave, and terminations."


8. Update Section L, paragraph 5.2.2(5)FROM: "The POCs shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contracting Officer and Contract Specialist within thirty (30) calendar days of the release of the RFP, to [email protected] and [email protected]."


TO: "The POCs shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contracting Officer and Contract Specialist no later than the closing of the solicitation, 24 March 2017 at 2:00 pm EST, to [email protected] and [email protected]."


9. Update Section M, paragraph C.3.2. FROM: "For the purpose of evaluating proposals, recent is defined as occurring within the following time standards: 1) occurring within the past three (3) years, or 2) awarded earlier than three (3) year ago, but for which deliveries/performance occurred or were scheduled to occur within the past three (3) years."


TO: "For the purpose of evaluating proposals, recent is defined as occurring within the following time standards: 1) occurring within the past five (5) years, or 2) awarded earlier than five (5) years ago, but for which deliveries/performance occurred or were scheduled to occur within the past five (5) years."


10. Update Section M, paragraph C.3.4 FROM: "Based on the Offerors previous and current experience and performance on same or similar services (maximum three (3) years), including the frequency of cost growth and schedule delays, the Government will assess those risks associated with the Offerors past performance."


TO: "Based on the Offerors previous and current experience and performance on same or similar services (maximum five (5) years), including the frequency of cost growth and schedule delays, the Government will assess those risks associated with the Offerors past performance."


11. Update Section M, paragraph C.2.2.d FROM: "The Government will evaluate the adequacy and completeness of the description of Managements ability to recruit, hire and retain skilled qualified CENTCOM Field Service Representative (FSR) as it relates to the activities, documentation and timing cited in Attachment 0002 of the PWS. The Offerors ability to provide uninterrupted high quality personnel coverage for CONUS & OCONUS and Theater work, including their ability to quickly deploy personnel for unplanned Theater requirements and maintain continuity of services in the midst of personnel disruptions such as sickness, leave and terminations."


TO: "The Government will evaluate the adequacy and completeness of the description of their Management"s ability to recruit, hire and retain skilled qualified personnel to ensure a stable workforce especially as it relates to the activities, documents and timing to process a Field Service Representative (FSR) for deployment to each CENTCOM AOR country cited in Attachment 0002 of the PWS. The Offerors shall provide descriptions of their ability to provide uninterrupted high quality personnel coverage for CONUS & OCONUS, and Theater work, including their ability to quickly deploy personnel for unplanned Theater requirements and maintain continuity of services in the midst of personnel disruptions such as sickness, leave, and terminations."


12. Update Section J, replacing "Attachment 0003 LABOR CATEGORY DEFINITIONS", "Attachment 0015 DD 254, DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION", "Attachment 0062 CLS PRICING WORKBOOK" and "Attachment 0063 Task Order 0001 Performance Work Statement (PWS) - For Informational Purposes Only" in their entirety.


13. Answer the following questions from industry:


Solicitation Section A:


Q1. What is the due date/time of this solicitation.


A1. The solicitation is due by 24 March 2017 at 2:00 pm EST. See #1 above. The due date/time has been added to Section A of the Solicitation as well.


Solicitation Section B:


Q2. Will the Contractor be required to complete and price the CLIN"s contained in Section "B" of the solicitation for the 60 month period of the basic IDIQ contract?


A2. As stated in Section B, "Offerors are not required to complete Section B of this RFP. Offerors shall submit their proposed fully loaded direct labor rates and indirect rates in Attachment 0062, CLS Pricing Workbook. The labor categories and respective loaded FFP labor rates and indirect rate(s) for Material, Other Direct Costs (ODCs), and Travel will be contractually binding upon contract award and are to be used in pricing task order proposals under the resultant contract." Attachment 0062, CLS Pricing Workbook, includes areas for labor rates to be entered for all five years of the IDIQ contract.


Q3. Recommend including Phase-In and Phase-Out CLINs.


A3. The Government appreciates this recommendation, however, the Government does not anticipate the need for these CLINs. The Offerors are required to provide a Transition Plan which accounts for any "phase in" period for the Awardee.


Q4. Recommend utilizing monthly support CLINs vs. current CLIN structure as PWS states that the Awardee is required to support all systems.


A4. Yes, the Awardee must support all systems, however, historically the funding has been allocated separately by the various programs and due to the limitations of DFARS PGI 204.7108 Uniform Contract Line Item Numbering System, this is the best way to ensure proper payment.


Q5. Recommend a CLIN for repairs.


A5. The Government is responsible for furnishing the Contractor with any/all resupply actions when available spare parts are depleted. Therefore, the repairs being completed are minimal as the equipment has recently been fielded and the Contractor is not responsible for supplying any spare parts. Furthermore, the Contractor personnel under this requirement are paid for a specific period of performance with duties including repair, maintenance, training, and logistics of the PM CCS systems and are not paid/reimbursed for each repair, training, or supply action. This is a Firm-Fixed Price with Cost No Fee CLINs, not a Firm Fixed Price Level of Effort, nor a Time-And -Material effort type contract. The Government has CDRL reports in place for tracking purposes.

Solicitation Section C:


Q6. Is it the Government"s intention to include the Transition Plan referenced in 4.2.1 in the proposal directly into the contract?


A6. Yes, as stated in Section L, paragraph 5.1.2 Subfactor 2 Transition Plan, "This Transition Plan shall be incorporated into the contract by reference upon contract award."


Q7. The RFP includes Section C Performance Work Statement (PWS) and Attachment 0063 "Task Order 0001 Performance Work Statement (PWS)- For Informational Purposes Only". These two documents appear to be a near mirror image with the exception of the information provided in paragraph 1.1. What is the Government"s intent in submitting both Section C and Attachment 0063? Which document takes precedence in our response and subsequent Government evaluation?


A7. As stated in Section H, "The Performance Work Statement for Task Order 0001 is provided for informational purposes only to facilitate the award of the first task order. The Government intends to award the first task order within two (2) weeks of contract award." Attachment 0063 is the PWS for Task Order 0001 and is provided for informational purposes only and should not be utilized in developing a response to this Solicitation.


Q8. Would the Army consider allowing the vendor to store Fort Leonard Wood (FLW) Government Furnished Property (GFP) and provide a program management office at the contractors" DSS-approved facility located outside the state?


A8. The Government"s requirement is for the primary operating/supply locations mentioned in the Solicitation. As such, the Government will not consider relocating the GFP to a location outside FLW.


Q9. Does the Army have historical data on the number of training events per year?


A9. Historical data doesn"t necessarily predict future schedules. The base contract projects an average of 3-4 training events per month to include about 8 site lane preparations per year. Task orders will be tailored to reflect anticipated training events by location for the associated period of performance.


Q10. Does the Army have historical data on repairs for each system?


A10. Spider maintenance site visits would depend on available funding. However, the Government forecasts at least 2 site visits per month at CONUS and OCONUS installations. Maintenance actions for Spider are averaging an additional 2-3 per month for equipment sent to the FSRs or telephone/email support to unit maintainers. For HHI detector equipment, most CONUS/OCONUS units initially coordinate repair actions with the CLS team via telephone or email. As a last resort, equipment is shipped to the FSRs for evaluation/repair and returned to user, accordingly. On average, 3-4 repair actions a month may be anticipated for HHI support. Periodically, at the request of a customer, an FSR mobile team may conduct a site visit to an installation to perform a technical inspection of all their HHI equipment. Refer to Attachment 0006, Sample Format for Field Service Representative (FSR) Event Tracker, for guidance on candidate HHI locations that have been historically supported in this manner.


Q11. Is training completed on a scheduled recurring basis or is it associated with unit deployment schedules? Are there other criteria used to determine training frequency?


A11. Training schedule is determined by equipment fielding schedule. Refer to Government response to Question 9 herein for guidance.


Q12. Are units trained in a single training event or does training require multiple visits to a single location?


A12. Training events are typically a one-time activity but may involve several trips to each installation due to unit schedules.


Q13. Is the vendor required to include equipment that is located at the CONUS/OCONUS units on the equipment inventory for this contract?


A13. No. Equipment that has been issued to the CONUS/OCONUS units is not considered Government Furnished Property (GFP) and therefore is not identified on the Program Management (PM) inventory.


Q14. What is the square footage of the FLW facility that is storing the GFP?


A14. Storage space is Government furnished and is adequate to support the mission of CLS support to PM CCS equipment. The storage space can be changed based on the introduction of additional conexes as each program arranges for more storage space.


Q15. The Contractor may occupy office space within the Fort Leonard Wood Army Installation if coordinated with and approved by the COR and KO. Will the Government clarify this? Does the COR and KO have access to office space on Fort Leonard Wood that the Government prefer the Offeror occupy or office space that would be beneficial to the Government and cost effective?


A15. The Government intends for the Offeror to be located in the vicinity of Fort Leonard Wood and not specifically on base. As such, this statement has been removed from the PWS as noted above. See #3.


Q16. Paragraph 5.2.1 states that "the Contractor shall be responsible for round trip travel costs for individuals that are not cleared for deployment by CRC". Will the Government please explain the round trip travel costs to which they are referring?


A16. Should a Contractor employee not pass inprocessing at CRC and/or are declared ineligible for Theater deployment, the Contractor shall be responsible for the associated round trip travel costs between home of record and CRC. These costs may consist of but are not limited to the airfare/costs associated with getting to CRC, and the airfare/costs associated with their return home from CRC. These costs shall not be passed on to the Government and will not be reimbursed.


Q17. Paragraph 5.3.1 requires Contractors to use Government provided air transportation. Does this mean that the Contractor does not schedule airline travel from CRC to OCONUS locations? Is the Contractor allowed to use commercial airlines for travel to and from Theater for vacation, emergency, or other circumstances?


A17. Government provided air transportation shall be utilized for personnel deploying and redeploying to/from Theater. Once in Theater, Contractor may use commercial air for travel associated with approved leave or emergency leave at the Contractor"s expense (refer to PWS para 6.12). There is a distinction between OCONUS and Theater, therefore subject to COR approval, commercial air travel may be utilized by the Contractor to travel to OCONUS locations (e.g., Germany, Alaska, etc.).


Q18. Paragraph 6.7, references "...the entire family of PM CCS systems". Will the Government list the entire family of PM CCS systems or is this referring to Attachment 0001?


A18. Yes this is referring to the systems identified in Attachment 0001, as well as the systems listed in Section C 1.1.


Q19. Paragraph 6.9 states, "The Contractor shall be licensed IAW local standards..." Will the Government please define "local" as the word is used in this paragraph?


A19. "Local" refers to the location at which the equipment (e.g., material handling equipment) is being operated. It could be installation, state, country or Combatant Commander standards, as applicable. The Contractor should apply due diligence in knowing applicable standards prior to operating equipment.


Q20. Will the Government provide a notional (one-year schedule to include proposed training dates) for each of the 40 locations noted in PWS paragraph C.2.2.


A20. Training dates and locations are not currently available. The Government estimates up to 8 AN/PSS-14 lane preparations per year and up to 30 AN/PSS-14 trailing events per year (with multiple training events occurring at given locations). Each task order will be tailored to reflect anticipated training events by location for the associated period of performance. All training/maintenance events under the subsequent task orders are subject to available funding.


Solicitation Section L:


Q21. Paragraph 3.3.1(b) states, "two (2) electronic CD Copies of the proposal volumes shall be compiled... submitted on a single-write CD ROM." Does the Government want two (2) separate CD ROMs with a single copy of each volume?


A21. The Government requires two (2) separate CD ROMs for each volume of the Proposal. The CD ROMs utilized shall be single-write to prevent any accidental erasure of the data.


Q22. Paragraph 3.3.1(c) seems to indicate we are only required to provide one (1) hard copy of Volume IV. How many original and hard copies does the Government require for Volume I? How many original and hard copies does the Government require for Volume II? How many original and hard copies does the Government require for Volume III? How many original and hard copies does the Government require for Volume IV?


A22. Offeror"s shall include:


Original- (1) signed and completed all-inclusive copy of the proposal
Volume I Technical Factor - five (5) paper copies, 2 CD copies
Volume II Past Performance Factor - five (5) paper copies, 2 CD copies
Volume III Price Factor - five (5) paper copies, 2 CD copies
Volume IV Solicitation, Offer, Award, Representation, and Certification Documents - one (1) paper copy, 1 CD copy


Q23. RFP Section L, Paragraph 4.1 states "the offerors proposal shall be submitted in severable volumes..." For clarification, did the Government mean to write several or severable?


A23. The Volumes shall be severable, as in they are separate and can be read/evaluated on their own, independent of other volumes.


Q24. RFP Section L, Paragraph 5.1.1(d) states we are to provide a description of how we intend to recruit, hire, and retain personnel as it relates to the activities, documentation, and timing cited in Attachment 0002. Attachment 0002 provides a list of CONUS and OCONUS Locations but provides no reference to specific documentation and/or timing. Will the Government please provide the list of documentation and referenced timing?


A24. There was a misprint in this paragraph. See #7 and #11 above for the applicable changes.


Q25. Paragraph 5.1.2 requires the offeror to develop a transition plan to meet the schedule and process requirements of the solicitation. The solicitation only provides locations but no proposed or notional execution schedule (timeline). Will the Government please provide a proposed schedule for the base year and option years so we can best address this requirement?


A25. This requirement is a 5 year Indefinite-Delivery/Indefinite-Quantity (ID/IQ) type contract. The Awardee will have 90 days to Transition to Theater and 30 days to Transition for CONUS/OCONUS after first task order award. The Offeror is responsible for supplying the Government with their Transition Plan to meet the CLS requirements and shall be incorporated into the contract upon award.


Q26. Paragraph 5.1.2a requires the offeror to assume responsibilities for Theater locations not later than 90 days after first TO award. The VISA process times for travel are often unpredictable and in some cases may take longer than 90 days or within the window for purchasing airline tickets at a reasonable cost. Will the Government address this challenge with a statement in paragraph 5.1.2a that provides clarification? For example: "...not later than 90 days after first Task Order award, and when OCONUS personnel have VISAs for travel. VISA paperwork must be submitted at least 30 days from travel dates".


A26. The Government intends for a 90 day transition for Theater, to include any requirements necessary for performance. This 90 day period shall be addressed in the Offeror"s Transition Plan.


Q27. Will the Government consider raising the past performance recency threshold from 3 years to 5 years?


A27. Yes, please see change addressed in #6, #9, and #10.

Q28. Paragraph 5.2.2 uses the term "Major Subcontractors" In reference to this solicitation. Will the Government please define "Major Subcontractor"?


A28. As defined in Section L paragraph 5.2.2(3)Subcontracts, a Major subcontractor is one who will be "providing critical hardware/services or whose subcontract is for more than 25% of the total proposed price."


Q29. This paragraph states the past performance questionnaires are due within 30 calendar days of the release of the RFP. Does the 30 days begin on Friday 17 February and end on Saturday 18 March? Will the Government extend this date to occur at the same date and time the final proposals are due to the Government? Will the Government please provide a no later than date for the submission of the past performance questionnaires?


A29. Yes, paragraph 5.2.2(5) has been updated to reflect a Past Performance Questionnaire response date of 24 March 2017 2:00 pm EST (see #8 above).


Solicitation Section J


Exhibit A, CDRL A006


Q30. Certification on remaining PM CCS systems supported by the task order shall be achieved within 90 days of award, new personnel hiring action or introduction of new PM CCS systems, as applicable. Will the Government clarify "introduction of new PM CCS systems ? Does this mean systems other than stated in Attachment 0001?


A30. All current PM CCS systems are listed in Attachment 0001. New PM CCS systems not listed in Attachment 0001 may be added to the contract in the future via a bilateral modification.


Attachment 0003, Labor Category Definitions


Q31. Will the Government accept a Program Manager with one successful tour of duty as a Company Commander O-3 or higher?


A31. The Government is willing to change the Qualifications listed on Attachment 0003 for the Program Manager from "O-4" to "O-3". See #10 above.


Q32. Will the Government include consideration for former Senior Enlisted Personnel? For example: one successful tour as a First Sergeant or Sergeant Major (E-8 or higher)?


A32. The Government is not willing to consider the substitution due to the nature of this requirement.


Q33. Will the Government include consideration or trade-off for Civilian education? For example: Master of Business Administration, or Doctorate in [Training] Education?


A33. The Government is not willing to consider the substitution due to the nature of this requirement.


Q34. This attachment requires the Program Manager, Logistician, Site Manager/Trainer and Maintenance Technician, and Trainer and Maintenance Technician be able to meet CRC Deployment Requirements. Does this apply to all contractor personnel or only those that are deployed in Theatre?


A34. This requirement is for all Contractor personnel due to the requirement for CONUS/OCONUS personnel to be cross-trained on all systems and required travel to Theater training/maintenance needs.


Attachment 0063, Task Order 0001 Performance Work Statement (PWS)- For Informational Purposes Only


Q35. Is it the Government"s intent to make this task the first SOW/PWS required for execution under the new IDIQ contract?


A35. Yes, as stated in Section H, "The Performance Work Statement for Task Order 0001 is provided for informational purposes only to facilitate the award of the first task order. The Government intends to award the first task order within two (2) weeks of contract award."



Added: Mar 13, 2017 3:40 pm The purpose of Amendment 0002 to Solicitation W15QKN-17-R-0006 is to:

1. Update Section C by adding paragraph "4.2.6.3 The Contractor shall prepare and submit to the COR, a monthly cost usage report for all costs reflected in each approved Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) invoice(DI-FNCL-80331A) (CDRL F001)."


2. Update Section J as follows:


a. Update Section J, Exhibit A, CDRL A007.


b. Update Section J, Exhibit A, CDRL F001.


c. Attachment 0016 Past Performance Questionnaire to include the Cover Letter.


d. Attachment 0063, Task Order 0001 Performance Work Statement to include change stated in #1 above.


3. Update Section L paragraph 5.2.2.(2)(b) FROM: "For all contracts, the Offeror shall provide data on all manufacturing warranty returns. Data shall delineate total number of warranty returns, number of Could Not Duplicate (CND), number of failures attributable to GFE component failures, and number and nature of failures attributable to the Offeror"s delivered product."


TO: "For all contracts, the Offeror shall provide data on any delay in schedule under previous contracts when performing services efforts".


4. Answer the following questions from industry:


Section A


Q1. Clause "Identification of work performed at government locations" states, "Offeror is to specify places of work", Aren"t the places of work identified on attachment 2? And in d, "offeror must identify personnel that have access to a Government email account or have a government ID, email accounts, etc..." What does that really mean? We have to identify by name each of our people we are proposing by name if they are already on a govt contract?


A1. Yes, the Government locations are identified in Attachment 0002. However, clause 52.215-4004 refers to the contract management location at Fort Leonard Wood and Afghanistan per paragraph 4.1.2. Per the referenced clause, Offerors are required to provide the names of individuals that currently have access to a Government electronic mail account as specified under 2(d).


Solicitation Section C


Q2. Post Award Conference minutes are due within seven (7) calendar days following the conference IAW CDRL A007). CDRL A007 states this report is due within 15 days after completion of Post Award Conference. Which reference is correct?


A2. Seven (7) calendar days is correct. CDRL A007 has been updated. See change #2a above.


Q3. Transition Plan: The contractor shall execute the government approved transition plan. Is this the same transition plan submitted in the Technical volume? Further, it says contractor will assume all within 30 days of the first task award CONUS and 90 days OCONUS. Is the time for government approval of the transition plan within this time?


A3. The Transition Plan called out in Section C, para. 4.2.1 is the same plan submitted by the offeror as part of their Technical Volume I. As a direct result of the Government evaluation of this plan, the Awardee"s approved plan will be included as an attachment to the contract.


Q4. Paragraph 4.2.10.1 defines the "Customer Assistance" requirement. Is the help desk manned as outlined? Is this a person sitting at a desk?


A4. The subparagraph defines the performance objective as providing help desk service during normal duty hours of operation for all calls received during and after normal duty hours. It is up to the Offeror to determine how to accomplish this objective.


Q5. Paragraph 5.1.2 - normal workweek in theater is 84 hours but no overtime is allowed. Is this normal to require a work week of 84 hours per week?


A5. Theater has its own rules of operation that personnel must follow to ensure timely support to the warfighter.


Q6. Paragraph 6.12: personnel are only allowed 10 days a leave per year CONUS or government will want reconciliation. Contract is fixed price? So fixed price based on # of personnel?


A6. The number of personnel performing the mission must meet the requirement stated in the contract with provisions for leave as the exception. Manning levels below the requirement will require reconciliation of funds dedicated to the labor CLINS to account for labor not present for duty.


Q7. 5152.225-5902 "Fitness for Duty and Medical/Dental Care Limitations". Fitness" clause - (b) is fitness for duty defined anywhere?


A7. As stated in clause 5152.225-5902 "Fitness for Duty and Medical/Dental Care Limitations" please see the USCENTCOM Individual Protection and Individual/Unit Deployment Policy. As defined in USCENTCOM Individual Protection and Individual/Unit Deployment Policy MOD 12, 15.C.1.B Fitness includes, but is not limited to, the ability to accomplish the tasks and duties unique to a particular operation and the ability to tolerate the environmental and operational conditions of the deployed location. Minimum standards of fitness include, but are not limited to, the ability to wear ballistic, respiratory, chemical and biological personal protective equipment, use of required prophylactic medications, and the ability to ingress/egress in emergency situations with minimal risk to themselves or others.


Q8. 5152.225-5902 "Fitness for Duty and Medical/Dental Care Limitations" looks like OCONUS personnel can only serve 12 months - will this impact the people being proposed if they are currently in the positions overseas?


A8. As stated in clause 5152.225-5902, if Contractor personnel deploy for multiple tours, which exceed 12 months in total, they must be re-evaluated for fitness to deploy every 12 months IAW Individual Protection and Individual/Unit Deployment Policy.


Q9. Is the in Ft. Leonard Wood, MO. office Government furnished? If not, is it a directly billable costs, since it will only be dedicated to this contract?


A9. There is no Government furnished office space in the Fort Leonard Wood, MO vicinity. It is up to the Offeror whether to, and how to support this requirement. Billable costs will be negotiated on a task order basis.



Solicitation Section J


Q10. Is there a cover letter for the Past Performance Questionnaire? Will the Government please provide a copy of the cover letter? Which cover letter is this referring to?


A10. Section J, Attachment 0016 has been updated to include the Cover Letter. See change #2c above.


Q11. Regarding the CLS Pricing Workbook, Has the Government designated any of these positions as Service Contract Agreement positions? Which ones?


A11. All positions under this requirement are considered professional and therefore are not covered by the Service Contract Act.


Q12. Under normal working conditions CONUS FTE usually consist of 1880 to 1920 man hours. Will the Government please explain the rationale for establishing a 1930 hour man year (FTE)?


A12. 1930 hours is an average of 365.2 days per year due to the occurrence of a leap year during the period of performance.


Q13. Assuming this is a FFP LoE contract, the labor categories and rates proposed are intended to be the rate catalog for the entire IDIQ according to language in section L 5.3.1, If the intention is to be the awardee"s IDIQ rate catalog and these rates are to be able to cover any of the locations listed in attachment 0002 for all potential future task orders, how are offerors to account for the various and wide ranging uplifts associated with the multiple OCONUS locations? Should uplifts be treated as an ODC to allow for flexibility of OCONUS locations during execution?


A13. This is not a FFP LoE contract, this a FFP contract. "Uplifts" only apply to specific US CENTCOM locations. As noted in Attachment 0002, all locations other than the primary duty station of Bagram, Afghanistan will be supported by exception (flyway support). As such, "uplifts" for these locations would not be applicable.


Q14. Are the attachment 0062 rates and total price for evaluation purposes only and not associated with a specific task to be executed?


A14. As noted in Attachment 0062, "Government provided amounts are for evaluation purposes only".


Q15. DD 1423 CDRL, Data item NO. F001 "Funds and Man-Hours Expenditure Report". The government is requesting a firm fixed price contract but is requesting offerors submit a report associated with tracking labor hours including overtime. These items would appear align more with a FFP LoE or Time and Materials (T&M) contract. If this is a FFP contract, will the government remove the requirement or change the contract type to align with the tracking of hours?


A15. The title of the Data Item Description (DID) is what drove the CDRL title. The Government is looking for CLIN by CLIN expenditures throughout the period of performance in order to track funds remaining. PWS paragraph 4.2.6.3 has been added to clarify this. See change #1 above.


Q16. DD 1423 CDRL, Data item NO. F001 references tracking overtime. Can the government provide the historical overtime amount by labor category to assist offerors in their rate builds?


A16. The only overtime granted is for FSRs that are out on training or maintenance missions away from home station. Overtime is tailored to the mission as it is at times necessary to approve overtime for weekend/holiday travel to accommodate unit schedules or weekend work if the FSRs are supporting a reserve or National Guard unit that works on the weekends. Personnel that permanently work at home station, e.g., the program manager, logisticians, administration, do not qualify for overtime. All overtime must be previously approved by the Contracting Officer Representative (COR) and will be handled via a separate "Overtime" CLIN to be modified into the task order on an as needed basis.


Q17. What does the 4140 hours included in the "Estimated Hours" column for "Theater Support" represent? Is 4140 hours intended to represent 1 man-year?


A17. Yes, 4140 hours are the expected duty hours for theater personnel. Pursuant to PWS paragraph 6.12, "For theater-based personnel, leave will not exceed 20 work days...". As such, 365 days less the 20 work days at 12 hours per day equals 4140.


Q18. In the cost proposal "Evaluated Price" schedule, should the fully loaded rate including hazard and hardship be applied to all of the "Estimated Hours"?


A18. The fully loaded labor rate including hazard/danger and post-hardship pay shall only be utilized for Theater. CONUS/OCONUS labor rate shall not include hazard/danger and post-hardship pay as it is not applicable for those locations.


Q19. Is the government including DBA insurance estimates in the ODC plug numbers, or should Offerors propose it as a line item?


A19. All number provided are for evaluation purposes only and are not representative of actual estimated costs. DBA insurance will be negotiated as an ODC for each task order.


Solicitation Section L


Q20. This paragraph states "the contractor shall provide data on all manufacturer warranty returns. Data shall delineate total number of warranty returns, number of could not duplicate, number of failures attributed to GFE component failure, and number and nature of failures attributable to the offerors delivered products. This paragraph states "the contractor shall provide data on all manufacturer warranty returns. Data shall delineate total number of warranty returns, number of could not duplicate, number of failures attributed to GFE component failure, and number and nature of failures attributable to the offerors delivered products.


A20. Section L paragraph 5.2.2.(2)(b) has been revised. See change # 3 above.


Q21. "The Government contemplates award of a five (5) year, Indefinite-Delivery, Indefinite-Quantity, Firm-Fixed Price, with Cost Contract Line Item Numbers (CLINs), Task Order contract resulting from this solicitation". The government has stated this is a firm fixed price (FFP) IDIQ but is requesting labor rates and key personnel required to meet specific labor category qualifications typically associated with a Firm Fixed Price Level of Effort (FFP LoE) or Time & Materials (T&M) type contract where the government is purchasing a specific skill set by the hour, not a specific deliverable aligned more traditionally to an FFP contract. Will the government please clarify or adjust the contract type to align with the type of services or deliverables required?


A21. This is a Firm Fixed Price contract, not a Fixed Price Level of Effort nor a Time & Materials. Labor Rates will be utilized on the task orders for a set number of hours which will be fully obligated at the time of task order award.


Q22. The Government has requested offeror"s rates include "hazard pay". Traditionally most solicitations requiring OCONUS work classify uplifts (Hazard, Hardship, DBA, and offeror indirects) as an ODC and therefore is not included as part of the offerors fully burden labor rate. Will the government consider changing uplifts to an ODC? Also please confirm all allowable Department of State uplifts, not just "hazard" , are to be priced?


A22. Pursuant to the Department of State Standardized Regulations (DSSR), Post (Hardship) Differential and Danger Pay, typically allowed for personnel stationed in "extraordinarily difficult" and/or "insurrection, terrorism, and/or war conditions", are both considered taxable income. As such any Post (Hardship) and/or Danger pay shall be included in the fully loaded labor rates not as an ODC. However, other allowances, Defense Base Act Insurance (DBA) and other indirects will be evaluated for each task order and will be included on the ODC CLIN.


Additional Questions


Q23. Is there a deadline that questions need to be submitted by?


A23. While there is no deadline for questions, all proposal must be received by the closing date.


Q24. Follow up question to Q22/A22 under Amendment 0001. Does this mean you want 5 separate binders and 2CDs for each volume? If so, that will be over 16 binders and 8 CDs that will be submitted. Or does this mean 5 Binders with all volumes separated within that binder?


A24. The Solicitation does not specifically require the use of binders. The Solicitation requires:


Original- (1) signed and completed all-inclusive copy of the proposal


Volume I Technical Factor - five (5) paper copies, 2 CD copies


Volume II Past Performance Factor - five (5) paper copies, 2 CD copies


Volume III Price Factor - five (5) paper copies, 2 CD copies


Volume IV Solicitation, Offer, Award, Representation, and Certification Documents - one (1) paper copy, 1 CD copy


The aforementioned volumes shall be severable.

Added: Mar 21, 2017 4:47 pm The purpose of Amendment 0003 to solicitation W15QKN-17-R-0006 is to answer the following question(s) from industry:

Q1. Should we add in additional lines in order to propose two rates for each theater labor category, including one fully loaded with H&H applied to the first 40 hours of each work week, and one fully loaded without H&H applied to hours in excess of 40 hours per work week"?


A1. No, only one labor rate for each Theater labor category should be provided. Contractor employees stationed in Afghanistan are required to work 84 hours per week. The fully loaded labor rate (with any differentials) shall be utilized for the full 84 hours.


To clarify additional questions regarding differentials (hazard/danger pay, post-hardship differential, etc.) the following information is provided.


Although 5 United States Code (U.S.C.) Section 5928 applies to Government personnel, it serves as a guide for contracting personnel as well. This statute states that the total of all differentials cannot exceed 35 percent.


In reference to the above, Offerors are reminded that this is a competitive acquisition and application of any differentials is a business decision.


****AS A RESULT OF THIS AMENDMENT, THE SOLICITATION CLOSING DATE HAS BEEN CHANGED FROM 24 MARCH 2017 TO 28 MARCH 2017 AT 2:00 PM EST)****


Section L, paragraph 5.2.2(5) has also been changed to reflect the extension.


FROM: "The POCs shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contracting Officer and Contract Specialist no later than the closing of the solicitation, 24 March 2017 at 2:00 pm EST, to [email protected] and [email protected]."


TO: "The POCs shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contracting Officer and Contract Specialist no later than the closing of the solicitation, 28 March 2017 at 2:00 pm EST, to [email protected] and [email protected]."

Added: Aug 24, 2017 5:24 pm ****AWARD****

The U.S. Army Contracting Command - New Jersey (ACC-NJ) Picatinny Arsenal, NJ 07806-5000 on behalf of Project Manager, Close Combat Systems (PM-CCS) awarded contract W15QKN-17-D-0065 to Beshenich Muir & Associates (BMA) Leavenworth, KS under a competitive small-business set-aside. This award is for the procurement of Contractor Logistic Support (CLS) services which provide technical and support services for the family of PM CCS systems in both CONUS/ and OCONUS and Theater of War locations. Award was made 24 August 2017. Added: Jan 19, 2018 2:58 pm *****NOTICE OF AWARD*****

(previous award notice is hereby rescinded)


The U.S. Army Contracting Command - New Jersey (ACC-NJ) Picatinny Arsenal, NJ 07806-5000 on behalf of Project Manager, Close Combat Systems (PM-CCS) awarded contract W15QKN-18-D-0024 to Barbaricum, Washington, DC under a competitive small-business set-aside. This award is for the procurement of Contractor Logistic Support (CLS) services which provide technical and support services for the family of PM CCS systems in both CONUS/ and OCONUS and Theater of War locations. Award was made 18 January 2018.



Please consult the list of

document viewers if you cannot open a file. Section J - List of Attachments Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Section J - List of Attachments

Posted Date: February 17, 2017



DD_1423_CDRLs.pdf (2032.38 Kb) Description: Exhibit A- CDRLs

ATT_0001_PM_CCS_Systems.pdf (19.66 Kb) Description: Attachment 0001 PM CCS Systems

ATT_0002_GOVERNMENT_LOCATIONS.pdf (19.13 Kb) Description: Attachment 0002 Government Locations

ATT_0003_LABOR_CATEGORY_DEFINITIONS.pdf (24.75 Kb) Description: Attachment 0003 Labor Category Definitions

ATT_0004_TSP_TMS_INSTALL_DEINSTALL_INSTRUCTIONS_AND_POI.pdf (20.47 Kb) Description: Attachment 0004 Training Support Package (TSP), Technical Manuals (TMS)/Installation & De-Installation Instructions, Program of Instructions (POI)


ATT_0005_GOVERNMENT_FURNISHED_PROPERTY.pdf (514.31 Kb) Description: Attachment 0005 Government Furnished Property


ATT_0006_SAMPLE_FORMAT_FOR_FIELD_SERVICE_REPRESENTATIVE_(FSR)_EVENT_TRACKER.pdf (358.69 Kb) Description: Attachment 0006 Sample Format for Field Service Representative (FSR) Event Tracker


ATT_0007_SITE_LANE_PREPARATION.pdf (992.91 Kb) Description: Attachment 0007 Site Lane Preparation Instructions


ATT_0008_QUALITY_ASSURANCE_SURVEILLANCE_PLAN_(QASP).pdf (29.72 Kb) Description: Attachment 0008 Quality Assurance Surveillance Plan (QASP)


ATT_0009_PROCEDURES_TO_DESIGNATE_A_US_INVITED_CONTRACTOR_UNDER_THE_US_ROK_SOFA.pdf (897.57 Kb) Description: Attachment 0009 Procedure to Designate a US Invited Contractor under the US-ROK-SOFA


ATT_0010_NON_DISCLOSURE_AND_NON_USE_AGREEMENT_for_W15QKN-17-R-0006.pdf (29.47 Kb) Description: Attachment 0010 Non-Disclosure and Non-Use Agreement


ATT_0011_DD2345,_MILITARILY_CRITICAL_TECHNICAL_DATA_AGREEMENT.pdf (62.64 Kb) Description: Attachment 0011 DD Form 2345, Militarily Critical Technical Data Agreement


ATT_0012_AMSTA-AR_1350_TECHNICAL_DATA_AGREEMENT.pdf (27.28 Kb) Description: Attachment 0012 AMASTA-AR 1350 Technical Data Request Questionnaire


ATT_0013_STANDARD_FORM_LLL,_DISCLOSURE_OF_LOBBYING_ACTIVITIES.pdf (54.97 Kb) Description: Attachment 0013 Standard Form LLL, Disclosure of Lobbying Activities


ATT_0014_INME-PIC-IM_Form_3002,_CLEARANCE_OF_TECHNICAL_INFORMATION_FOR_PUBLIC_RELEASE.pdf (211.21 Kb) Description: Attachment 0014 INME-PIC-IM Form 3002, Clearance of Technical Information for Public Release