36
UNCLASSIFIED Air Force / Army Anti-jam Modem (A3M) Instructions, Conditions, and Notices to Offerors SECTION L FA8808-19-R-0002 16 5 October Dec 2019 1

imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

Air Force / Army Anti-jam Modem (A3M)

Instructions, Conditions, and Notices to Offerors

SECTION L

FA8808-19-R-0002

165 OctoberDec 2019

1

Page 2: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

THIS PAGE INTENTIONALLY LEFT BLANK

2

Page 3: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

TABLE OF CONTENTS

1.0 GENERAL INSTRUCTIONS/INFORMATION Page 42.0 PROPOSAL SUBMITTAL AND INQUIRIES Page 63.0 PROPOSAL ORGANIZATION Page 74.0 PROPOSAL CONTENT Page 8

4.1 VOLUME I: EXECUTIVE SUMMARY Page 84.2 VOLUME II: TECHNICAL Page 84.3 FACTOR 1 – TECHNICAL Page 94.4 VOLUME III: FACTOR 2 – PAST PERFORMANCE Page 104.5 VOLUME IV: FACTOR 3 – SMALL BUSINESS Page 124.6 VOLUME V: FACTOR 4 – PRICE Page 134.7 VOLUME VI: CONTRACT DOCUMENTATION Page 19

3

Page 4: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

1.0 GENERAL INSTRUCTIONS/INFORMATIONa. The Offeror’s proposal shall include all data and information requested in this Section L and shall be submitted in accordance with these instructions. In developing the proposal, the Offeror shall comply with all the requirements contained in this solicitation, including all solicitation attachments and appendices. Non-conformance with the instructions provided in this document may result in an unfavorable proposal evaluation.

b. The Government intends to award without discussions. As such, offerors are encouraged to present their best technical proposal and prices in their initial proposal submission.

c. The submission of the documentation specified herein will constitute the Offeror’s acceptance of the terms and conditions of the solicitation, and all attachments to this solicitation. A written notice of award or acceptance of an offer by the Government, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

d. The Offeror’s proposal shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government’s requirements, but rather provide convincing rationale to address how the Offeror intends to meet these requirements. The Offeror shall assume that the Government has no prior knowledge of the Offeror’s facilities and experience. The Government will make its evaluation based solely on the information presented in the Offeror’s proposal.

e. Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired.

f. Proposals that do not address requirements within the SOW or meet program objectives may be treated as an alternate proposal. Alternate proposals may not be considered.

g. Failure to comply with all solicitation terms and conditions may result in the Offeror’s proposal being ineligible for award. While offerors may submit special terms and conditions, such terms and conditions will be considered in determining the best overall value to the Government. Additionally, if a proposal presents a departure from the Government’s stated requirements, it may be treated as an alternate proposal. Alternate proposals may not be eligible for award.

h. Discrepancies. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Procuring Contracting Officer (PCO), in writing, with supporting rationale as well as the remedies the Offeror is asking the PCO consider as related to the error or omission. Such notices shall be received no later than ten (10) calendar days following release of the solicitation. The Government may choose not to consider any notices after this time.

i. Only electronic proposals are requested. In accordance with FAR Subpart 4.8, “Government Contract Files,” the Government will retain one electronic copy of all unsuccessful proposals. Electronic copy shall be in a format readable by Adobe Acrobat Version 15.0.0 (with “Select”

4

Page 5: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

and “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary decompression program (e.g. WINZIP) must be included.

j. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs incurred.

k. Debriefings. The PCO will promptly notify an Offeror of any decision to exclude it from the competitive range; whereupon, the Offeror may request and receive a debriefing in accordance with FAR 15.505. The PCO will notify unsuccessful offerors in the competitive range of the source selection decision in accordance with FAR 15.506.

l. Use of Non-Government Advisors. Offerors are advised that technical and price data submitted to the Government in response to this solicitation may be released to non-Government advisors for review and analysis. Technical and price data submitted to the Government may be released to non-Government advisors working for companies identified in Table 1, Non-Government Advisors. Any objection to disclosure of a portion of the proposal shall be provided in writing via email to the PCO within 10 calendar days of RFP issuance and shall include a detailed statement of the basis for the objection and include the specific portions of the proposal the Offeror objects to disclosure to non-Government advisors.

Table 1 - Non-Government Advisors

COMPANY NAME COMPANY ADDRESS

LinQuest Corporation 5140 W Goldleaf Cir Ste 400, Los Angeles, CA 90056

Massachusetts Institute of Technology Lincoln Laboratory (MIT LL) (FFRDC)

244 Wood St, Lexington, MA 2421

MITRE (FFRDC) 2401 E El Segundo Blvd Ste 460, El Segundo, CA 90245

MCR 550 Continental Blvd Ste 185, El Segundo, CA 90245

Systek Corporation 185 Route 36 West, Long Branch, NJ 07764Tech7 5802 Tilbury St, Lakewood, CA 90713Tecolote Research, Inc. 420 S Fairview Ave Ste 201, Goleta, CA 93117The Aerospace Corporation (FFRDC) 2310 E El Segundo Blvd, El Segundo, CA 90245Figueroa & Associates 608 Avenue D, Redondo Beach, CA 90277

m. Electronic Reference Documents: All solicitation documents are available via A3M FBO posting and Bidder’s Library on Livelink. Contact the PCO and Contract Specialist for access or any questions.

5

Page 6: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

2.0 PROPOSAL SUBMITTAL AND INQUIRIES[a.] Point of Contact: The PCO, Harwinder Singh, is the sole point of contact for this acquisition. All questions or concerns must be directed to the PCO via email at [email protected] or via telephone at 310-653-9468. Contract specialist assigned is Chi Mei Tseng and contact info is as follows: [email protected], 310-653-9296. Courtesy copy the contract specailist on all email correspondence to the PCO. Any questions regarding the solicitation must be in writing and emailed to the PCO (with a courtesy copy to the contract specialist) within ten (10) calendar days of the solicitation release. The Government may choose not to accept any questions after this time. All answers to questions and any amendments to this solicitation will be posted to the www.beta.sam.gov websiteA3M FBO posting. Potential offerors are encouraged to subscribe for real-time email notifications when information has been posted to the website for this solicitation.

a.[b.] When emailing the Government, include the following line in the subject section: “Source Selection Information See FAR 2.101 & 3.104”. The Offeror is responsible for ensuring information is appropriately protected regardless of transmission method.

[c.] Proposal Delivery: Electronic Proposals are due no later than 3:00 P.M., local Los Angeles, CA time on TBD_Date21 Jan 2020. Two (2) electronic copies of the proposal shall be delivered on CD-ROMs. Electronic Proposals may be hand carried, mailed, or delivered via courier service to the physical address below so they are received by the contracting office by the due date and time. Contact the PCO for any additional clarification or instructions for proposal delivery logistics.

Space and Missiles Systems Center (SMC) ATTN: Mr. Harwinder Singh, Procuring Contracting Officer483 N. Aviation BlvdEl Segundo, CA 90245

b.[d.] Proposals received after the specified date and time shall be treated in accordance with FAR 52.215-1. Delivery of proposals before the proposal due date shall be coordinated with the PCO.

c.[e.] The Offeror’s proposal shall be Unclassified. No Classified information will be accepted in response to this RFP.

d.[f.] The Offeror shall make a clear statement, in the proposal cover page or executive summary, that the proposal is valid for 270 calendar days from the proposal due date.

6

Page 7: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

3.0 PROPOSAL ORGANIZATIONa. A complete electronic proposal will consist of six (6) separate electronic volumes all of which shall be within the required page limits specified in Table 2, Proposal Structure/Page Limitation.

Table 2 - Proposal Structure/Page Limitation

VOL TITLE PAGE LIMIT (MAX)

I EXECUTIVE SUMMARY 5 (excludes master table of contents

and cross reference matrix)

II TECHNICAL (includes four subfactors) 55III PAST PERFORMANCE 15 (5 per each

contract submitted )IV SMALL BUSINESS UnlimitedV PRICE UnlimitedVI CONTRACT DOCUMENTATION Unlimited

Note: Past Performance volume page limitation of 15 pages total and 5 pages for each contract submitted only applies to information submitted pursuant to Appendix C of the Past Performance Package. There is no page limitation for information submitted pursuant to Appendix A or B of the Past Performance Package. Information required for proposal evaluation which is not found in its designated electronic volume will be assumed to have been omitted from the proposal and shall not be evaluated if found elsewhere in the proposal.

b. The electronic proposal shall be in a format readable by Adobe Acrobat Version 15.0.0 (with “Select” and “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Word 2016, MS Excel 2016, MS Project 2016, or MS PowerPoint 2016, as appropriate. Hypertext links may be used to facilitate navigation within the document. If files are compressed, the necessary decompression program (e.g., WINZIP) must be included.

c. Page Limitations: Page limitations shall be treated as maximums. If exceeded, the excess pages will not be read or considered in the evaluation of the proposal. Page limits do not include: covers sheets for volumes, tables of contents, glossary of abbreviations and acronyms, indices, title pages, and section dividers/tables if they are inserted solely to provide ease to the reader in locating parts/sections of the proposal. Pages marked “This page intentionally left blank” will not be counted. Pages will be counted if they contain any other information, i.e., diagrams, extraneous data, text, etc. A cross-reference matrix shall not be counted in the page limits. All pages shall be numbered. Foldouts will be counted as 2 pages and shall not exceed 11 X 17 inches in size.

7

Page 8: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

3.1 BINDING, LABELING, AND TABLE OF CONTENTS

a. Offerors shall apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e), Restriction On Disclosure And Use Of Data, and FAR 3.104-4, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information.

b. Each volume shall contain a detailed table of contents that will not count against the page count identified in Table 2. Tab indexing shall be used to identify sections.

c. Page size (for text sections of the proposal) shall be 8.5 x 11 inches, not including foldouts. Except for the reproduced sections of the solicitation document, the text size shall be no less than 12-point Times New Roman font. Use at least 1-inch margins on the top and bottom and 3/4 inch side margins.

d. Legible tables, charts, graphs, and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated and legible. Individual tables, charts, graphs, and figures are permitted to exceed one page in length when necessary. Text inside graphics, matrices, spreadsheets, focus boxes, and tables shall use single-line spacing and shall be no less than 9-point Arial font. (Exception: Volume V: Price encourages the use of Contractor formats.) Contractor font used in Volume II shall be no smaller than 9-point Arial font.

4.0 PROPOSAL CONTENT

4.1 VOLUME I: EXECUTIVE SUMMARY

a. General Instructions. The Government will not evaluate any information contained in the Volume I: Executive Summary. The Offeror shall not include any pricing information in Volume I. The Executive Summary is to provide an overview of the Offeror’s proposal and shall include the following sections:

1) Teaming, Organization and Management. The Offeror shall identify the Offeror’s team including prime contractor, first and second-tier subcontractors, and interdivisional team locations. For each entity, the Offeror shall identify relevant points of contact in contracting and program management.

2) Release of Proposal Information. The Offeror shall clearly state that it understands technical and price data submitted to the Government may be released to the non-Government advisors and it consents to the release of any proprietary, confidential, or privileged commercial or financial data to the non-Government advisors.

3) Master Table of Contents and Cross Reference Matrix. The Offeror shall provide a master table of contents for the proposal which details the volumes and sections or subsections of the overall proposal, and where material may be found for each major element of the evaluation as defined in Section L of this solicitation. The 5 page limit on the Executive Summary is not applicable to the master table of contents and cross reference matrix pages.

8

Page 9: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

4.2 VOLUME II: TECHNICAL

a. General Instructions. The Offeror’s Technical Volume should be specific and complete, and consistent with the Price Volume. Legibility, clarity, and coherence are very important. The Offeror’s proposal will be evaluated against the Technical subfactors defined in Section M of this solicitation.

b. Technical Volume Organization/Content. The Technical Volume shall be organized according to the outline below:

1) TABLE OF CONTENTS2) LIST OF TABLES, DRAWINGS, and FIGURES3) FACTOR 1 – TECHNICAL (Separate file/response for each of the three subfactors)4) SUBFACTOR 1 – High Assurance Encryption Device Development Environment Security Requirements (HAEDDESR) 3.0 Implementation Approach5) SUBFACTOR 2 - Block I End Cryptographic Unit (ECU) Implementation Approach6) SUBFACTOR 3 – Protected Tactical Waveform (PTW) Modem Implementation Approach7) SUBFACTOR 4 – Product Integration Approach

4.3 FACTOR 1 - TECHNICAL

a. Subfactor 1 - HAEDDESR 3.0 Implementation Approach

The Offeror shall describe their HAEDDESR 3.0 compliance status for each location at which End Cryptographic Unit (ECU) development work will occur. (reference High Assurance Encryption Device (HAED) Development Environment Security Requirements, version 3, 27 September 2018; this document is listed in the Compliance and Reference Documents and made available via the A3M Bidders Library). If not fully compliant, describe shortfalls and path to compliance.

b. Subfactor 2 - Block I ECU Implementation Approach

The Offeror shall describe their proposed concept for the A3M End Cryptographic Unit (ECU) by providing concept drawings, data flows, and functional descriptions for the ECU.

Identify Information Assurance Security Requirements Directive (IASRD) functions and describe how your concept implements them.

Describe the proposed ECU design, development, and certification plan with key events ensuring consistency between the ECU drawings, data flows, and functional descriptions, and the proposed Integrated Master Plan.

c. Subfactor 3 - PTW Modem Implementation Approach

The Offeror shall describe their proposed concept for the A3M Protected Tactical Waveform (PTW) Modem and how it is consistent with the functionality described in the Protected Anti-jam Tactical SATCOM (PATS) Terminal Modem Line Replaceable Unit (TM LRU) and A3M Technical Requirements Documents. Include concept drawings, data flows, and functional descriptions as part of your A3M concept description. The Offeror shall also provide relevant test results that demonstrate the Offeror’s capability to implement their proposed concept.

9

Page 10: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

Examples of relevant test results in order of importance include, but are not limited to, over the air test results using government resources, test results using independent or government resources, and contractor factory test results.

Describe the design, the test setup, and any areas where the equipment used to produce the results differs from the Offeror’s proposed design for the A3M modem.

The Offeror is responsible for ensuring clear linkage between the proposed technical response and supporting information provided. The Offeror may highlight a particular section of the test report, add helpful notes in the test report, provide the associated test plan, or apply other techniques to explain the Offeror’s test results as appropriate.

d. Subfactor 4 – Product Integration Approach

The Offeror shall describe their proposed approach to satisfying the unique form factors, interfaces, and requirements (both functional and environmental) for the range of PTW modem solutions for the A3M program. Identify the tools and processes proposed to manage different configurations of a PTW modem product line integrated across multiple military platforms. Also describe value engineering practices and anticipated efficiencies for the PTW modem product line.

4.4 VOLUME III: FACTOR 2 - PAST PERFORMANCE

a. General Instructions. The Offeror shall submit Past Performance Information for itself only. The effort performed may have been executed as a prime or subcontractor, in accordance with the format contained in the A3M Past Performance Package and the following instructions and guidance. The Government may contact other sources in addition to those identified in the A3M Past Performance Package or in the Offeror’s Past Performance Volume. As an example, the Government may contact the Protected Tactical Service Field Demonstration (PTSFD) program office for relevant past performance information. Pursuant to FAR 15.305(a)(2)(ii), the Government shall consider information obtained from any other sources when evaluating the Offeror’s past performance.

[b.] Past Performance Format. The requested past performance information shall be provided in a separate volume, labeled “Volume III: Factor 2 - Past Performance.” The A3M Past Performance Package shall be used to complete the past performance volume response. The Government requests that Offerors submit the Past Performance Volume 15 calendar days prior to the date set for receipt of the proposals. Nonetheless, failure to submit early proposal information will not result in Offeror disqualification.

Each Offeror shall complete an A3M Past Performance Package for at least one (1) but no more than three (3) active or completed contract(s) in the past five (5) years from the issuance date of this solicitation, that the Offeror considers relevant in demonstrating its ability to perform the proposed effort. The Offeror's past performance information may include data on efforts performed by other associate organizations including but not limited to predecessor companies, affiliates, other divisions or corporate management if such information was provided for evaluation and if the Offeror’s Past Performance Volume demonstrates the company, affiliate, or division will provide the Offeror with resources for the instant proposed effort, such as workforce, management, facilities, or other capabilities demonstrating direct and

10

Page 11: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

meaningful involvement in the performance of the instant proposed effort. Contracts listed may include those with the Federal Government, state and local governments or their agencies, and commercial customers. If no recent/relevant past performance is identified, the Offeror must instead send a letter stating this fact within 30 days of solicitation release. The Government reserves the right to assign higher value to internal information available to the Government via CPARS, PPIRS, eSRS, etc.

b.[c.] Past Performance Package. The A3M Past Performance Package shall be used to submit the relevant past performance information. The A3M Past Performance Package includes the following Appendices:

1) Appendix A, Sample Client Authorization Letter. Appendix A, Sample Client Authorization Letter, is provided for the A3M Offeror to coordinate completion of Appendix B, Past Performance Questionaire. For each past performance reference, copy of the completed Sample Client Authorization Letter shall be included in the Offeror’s Past Performance submission. The Government may contact the reference provided in the Sample Client Authorization Letter for the purposes of conducting the past performance evaluation. No specific page limit applies to this section of the past performance submission.

In the event that commercial contracts are presented as past performance sources of information, a client authorization letter shall be issued to those commercial POCs requesting/authorizing them to complete a Past Performance Questionnaire. The Offeror is required to send the client authorization letter(s) with the Past Performance Questionnaire(s) to each POC on commercial contracts. A separate copy of client authorization letter(s) for each commercial contract shall be included in the Offeror’s Past Performance submission for the Government’s use in case additional questionnaires regarding a commercial contract are requested by the Government after the RFP due date.

2) Appendix B, Past Performance Questionnaire and Cover Letter. The Past Performance Questionnaire will be one means used by the Government to obtain past performance information. The Government reserves the right to change, alter, and/or supplement the questionnaire without further notice to the Offeror(s). Once the Past Performance Questionnaires are completed by your POCs, the information contained therein shall be considered source selection sensitive and shall not be released to you, the Offeror. Therefore, any exchange/contact between the Offeror/business associate and/or critical subcontractor and its own POCs in regards to comments made on the questionnaire is not permitted. Each Offeror with relevant performance information must send a Past Performance Questionnaire (PPQ) to at least two points of contact for each contract submitted as a relevant contract. The Offeror’s client(s) receive the PPQ, complete it, and send it directly to the PCO identified in the PPQ Cover Letter. No specific page limit applies to this section of the past performance submission.

[3)] Appendix C, Past Performance Information Form. The Offeror, associate organization, or critical subcontractor, as applicable, shall focus its Appendix D responses so that the responses clearly correlate past performance with the requirements of this RFP. Responses shall clearly describe the relevance of the effort to the work proposed. The response section contained in Appendix D C may be expanded, however the filled-in document shall not exceed more than five (5), 8 ½ x 11 inch pages. Provide the most current

11

Page 12: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

information for the Points of Contact (POCs), with at least two of the following identified as current POCs:

a) Procuring Contracting Officer/Contract Negotiator, or equivalent

b) Program/Project Manager, or equivalent

c) Administrative Contracting Officer/Contract Administrator, or equivalent (if assigned)

4.5 VOLUME IV: FACTOR 3 – SMALL BUSINESS

All Offerors shall complete Table 3, Small Business Participation, according to the instructions below for each cell. Ensure the data is consistent with the remainder of your proposal. References and linkages to assist in ensuring consistency are provided in the below instructions.

(A) Enter the sum of IDIQ CLINs 0001 (Block I 1RU Form Factor Modem Development), 0002 (Block I 1RU Test Unit Production), and 0004 (Data Rights). For CLIN 0001 Block I RU Form Factor Modem Development, target price shall be used as the sum total. For CLIN 0002 Block I 1RU Test Unit Production and CLIN 0004 Data Rights, firm-fixed-price of each CLIN shall be used as the sum total. Ensure consistentency with your Price Volume.

(B) Enter the total amount expected to be performed by first tier small businesses across IDIQ CLINs 0001, 0002, and 0004, this amount shall be calculated in a manner consistent with FAR 52.219-9.

(C) Divide (B) by (A) and enter the result as a percentage, rounded to the nearest tenth of a percent. For example, if (B) = $45.76 and (A) = $100.00, then (C) = $45.76 ÷ $100.00 = 45.8%.

Table 3 – Small Business Participation

Total Proposed Value from IDIQ CLINs 0001, 0002, and 0004 ($) (A)

Amount Expected to Be Peformed By

First Tier Small Businesses

($)

Percentage of Total Value from IDIQ CLINs

0001, 0002, 0004

(%)

Small Business Subcontracting (B) (C)

All Offerors must complete Table 3, Small Business Participation, and submit Small Business Volume as part of their proposal, regardless of size status or whether the offeror has a Master Subcontracting Plan (see FAR 19.704(b)) or Comprehensive Small Business Subcontracting Plan (see DFARS 219.702-70). Information in Table 3 is distinct from the information required in the subcontracting plan described in FAR 52.219-9. Information from Table 3 will be incorporated into the resulting contract.

12

Page 13: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

Small Business Offerors and Comprehensive Subcontracting Plan Participants shall include the following Small Business Participation Submission information and submit the complete Table 4, Small Business Contractors.

Note: In the event a Small Business is the successful offeror, the below information from the Small Business offeror will be incorporated as an Attachment to the awarded contract.

Offeror’s (prime contractor) Size: Indicate the Offeror’s applicable size and socioeconomic categories (check all that apply):

{ } Other than Small Business, or

{ } Small Business also categorized as a

{ } Small Disadvantaged Business (SDB)

{ } Woman-Owned Small Business (WOSB)

{ } Historically Underutilized Business Zone (HUBZone) Small Business

{ } Service Disabled Veteran Owned Small Business (SDVOSB)

Small Business Participants – include the following information for at least three (3) small business subcontractors.

Table 4 – Small Business Contractors (including the small business prime offeror)

Company Name

Business Category(ies) (SB, WOSB, SDB, VOSB, SDVOSB)

Product(s)/ Service(s) to be

Provided

NAICS Code

% of Total Subcontract Value from

IDIQ CLINS 0001, 0002, and 0004

- - - - -

4.6 VOLUME V: FACTOR 4 – PRICE

a. General Instructions. This section will assist the Offeror to submit information other than certified cost or pricing data for the Government to evaluate price reasonableness and unbalanced pricing. Compliance with these requirements is mandatory and failure to comply may make an offer ineligible for award.

1) Price Data. Data beyond that required by this instruction shall not be submitted, unless the Offeror considers it essential to document or support their price position. All data relating to the proposed price, including all required supporting documentation, must be included in the section of the proposal designated as the Price volume. Under no circumstances shall this

13

Page 14: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

data and documentation be included elsewhere in the proposal.

2) Adequate Price Competition. The Contracting Officer has determined there is a high probability of adequate price competition for this acquisition. Therefore, Certified Cost and Pricing Data is not required to be submitted with the proposal at this time. Also note in the event that adequate price competition does not exist after receipt of proposals, the Government reserves the right to request additional cost or pricing data as necessary from the offeror and its subcontractors, IAW FAR 15.403-4, in order to ensure a fair and reasonable price. Futhermore, the Offeror may be required to provide a Certificate of Current Cost or pricing data prior to award, pursuant to FAR 15.406-2.

3) Rounding. All dollar amounts provided shall be rounded to the nearest dollar. All labor rates shall be rounded to the nearest penny.

4) Total Proposed Price (TPP). The Offeror will calculate the Basic IDIQ TPP by adding all IDIQ CLIN pricing, Reference Table C – IDIQ Total Proposed Price.

5) Electronic File Submission. The official copy of the Offeror’s Price Volume shall be submitted in the following electronic formats as applicable: PDF Acrobat 8.0 (with "Select", "Print", and "Copy" enabled to allow for text and graphics transfer), Microsoft (MS) Word 2010, MS Excel 2010, MS Project 2010, and MS PowerPoint 2010. All electronic files shall be compatible with Microsoft Windows 7.

6) All working files constructed in Microsoft Excel shall use formulas instead of pasted values to preserve any calculation logic within the file, including summaries and totals. The Offeror shall provide electronic copies of all pricing models that are used for developing its estimate in the appropriate attachment. All Excel files shall have working formulas. Offerors shall use the “Group and Outline” feature of MS Excel to facilitate the ease of proposal analysis. If the model requires multiple MS Excel spreadsheets, the “link cell” feature shall be used. The price proposal submitted shall be consistent with the Offeror’s approved estimating system and shall duplicate the logic and mathematical formulas reflected in the official copy of its proposal.

b. VOLUME V Organization/Content. The Price Volume shall be organized according to the outline below and all information provided will be evaluated consistent with Section M, paragraph 4.6 – Factor 4 Price.

Table of ContentsList of Tables, Drawings, And FiguresFactor 4 – Price (see below for a detailed breakdown of required documentation)

Section 1 - Introductory SectionSection 2 – Price Element SummariesSection 3 - Discussion of Business SystemsPrice Attachments (P): Attachment P1: Working Excel Files – Special Studies Calculation

14

Page 15: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

SECTION 1 - INTRODUCTORY SECTION

In the Introductory Section, the Offeror shall provide narrative support for the Price Volume. The narrative shall explain the pricing methodology, philosophy, and assumptions used in proposing the dollar amounts for the IDIQ CLINs shown below in Table A, IDIQ Pricing Methodology. The Government expects that consistency exists between the Technical and Price Volumes; any Offeror-intended inconsistency shall be clearly explained and convincingly demonstrate how the promised performance will be achieved at the proposed price.

Table A – IDIQ Pricing Methodology

IDIQ CLIN # IDIQ CLIN TITLE CONTRACT

TYPE

PRICE METHODOLOGY, PHILOSOPHY, AND

ASSUMPTIONS

0001Block I – 1RU Form Factor

Modem Development (Block I RDT&E)

FPIF Offeror to comment

0002 Block I – 1RU Test Unit Production FFP Offeror to comment

0003 Data and Reports (NSP) for Block I RDT&E N/A Offeror to comment

0004 Data Rights for Block 1 RDT&E (Attachment 3 Rights in Data) FFP Offeror to comment

0005 Block I – 1RU Form Factor Modem Production FFP Offeror to comment

0006Block II – 3/8 ATR Form Factor Modem Development (Block II

RDT&E)FPIF Offeror to comment

0007 Block II –3/8 ATR Form Factor Modem Production FFP Offeror to comment

0008 Special Studies FFP Offeror to comment

Offeror Summary Table (Prime plus all non-prime contractors greater than 20%). The Offeror shall complete the below Table B, including all prime, subcontractors, and team members who will be involved with the performance and management of the Block I RDT&E

15

Page 16: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

Delivery Order (IDIQ CLINs 0001 - 0004). If the relationship is not a prime-subcontractor relationship, provide the legal definition of the relationship between the entities.

Table B – Offeror Summary Table

COMPANY NAME

CAGE

CODE

DCMA COGNIZANT OFFICE

PLACE OF PERFORMANC

E

BRIEF WORK DESCRIPTION

(PROGRAM RESPONSIBILITY

)

TOTAL PROPOSE

D AMOUNT

PERCENTAGE OF TOTAL PROPOSAL DOLLARS (SUM OF

PRICES FOR CLINs 0001,

0002, and 0004)

- - - - - - -

SECTION 2 – PRICE ELEMENT SUMMARIESa) Offeror’s Total Proposed Price (TPP) calculation for Basic IDIQ. For the Basic A3M

IDIQ, the Offeror shall complete and submit Table C, IDIQ Total Proposed Price. Note: for future Delivery Orders, the Contractor shall ensure that proposed prices are within the Basic IDIQ NTE Pricing and associated terms and conditions.

IDIQ CLIN #

(A)

TITLE(B)

CONTRACT TYPE

(C)

PROPOSED TPP AMOUNT (D)

0001Block I – 1RU Form Factor Modem Development (Block I RDT&E) FPIF Ceiling Price

0002 Block I – 1RU Test Unit Production FFP Firm-Fixed Price

0003 Data and Reports (NSP) for Block I RDT&E N/A N/A

0004Data Rights for Block 1 RDT&E (Attachment 3 Rights in Data) FFP Firm-Fixed-Price*

0005 Block I – 1RU Form Factor Modem Production FFP Firm-Fixed-Price

0006Block II – 3/8 ATR Form Factor Modem Development (Block II RDT&E) FPIF Ceiling Price

0007 Block II – 3/8 ATR Form Factor Modem Production FFP Firm-Fixed-Price

0008 Special Studies FFP Firm-Fixed-Price

IDIQ Total Proposed Price (TPP) Sum of Column D

Table C – IDIQ Total Proposed Price

* Sum of Tables 1, 2, and 3 total prices from Attachment 3 Rights in Data

16

Page 17: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

b) Offeror’s Proposed Pricing for Basic IDIQ CLIN 0001. For Basic IDIQ CLIN 0001 Block I 1RU Form Factor Modem Development (Block I RDT&E), the Offeror shall bid a ceiling price. The Offeror shall fill out the IDIQ CLIN 0001 descriptive data in the IDIQ model contract by including fill-ins for the target cost, target profit, target price, and ceiling price (target cost X 120%).

c) Offeror’s Proposed Pricing for Basic IDIQ CLIN 0002. For Basic IDIQ CLIN 0002 Block I 1RU Test Unit Production, the Offeror shall bid a NTE unit price for the 1RU test unit. For the purposes of calcuating the IDIQ TPP, Table C, the Offeror shall multiply the CLIN 0002 NTE unit price by 11 units. For pricing purposes, the Offeror shall assume modem delivery one month after Critical Design Review.

d) Offeror’s Proposed Pricing for Basic IDIQ CLIN 0004. For Basic IDIQ CLIN 0004 Data Rights, the Offeror shall bid a firm-fixed-price for data rights. See Block I RDT&E delivery order Attachment 3, Rights in Data.

e) Offeror’s Proposed Pricing for Basic IDIQ CLIN 0005. For Basic IDIQ CLIN 0005 Block I – 1RU Form Factor Modem Production, the Offeror shall bid a NTE unit price for the 1RU modem. For the purposes of calculating the IDIQ TPP, Table C, the Offeror shall multiply the CLIN 0005 NTE unit price by 1,499 units. For pricing purposes, the Offeror shall assume modem delivery after completion of Block I RDT&E.

f) Offeror’s Proposed Pricing for Basic IDIQ CLIN 0006. For Basic IDIQ CLIN 0006 Block II 3/8 ATR Form Factor Modem Development, the Offeror shall bid a NTE ceiling price. The Offeror shall fill out the IDIQ CLIN 0006 descriptive data in the model contract establishing NTEs for Target Cost, Target Profit, Target Price, and Ceiling Price (target cost X 120%).

g) Offeror’s Proposed Pricing for Basic IDIQ CLIN 0007. For Basic IDIQ CLIN 0007 Block II 3/8 ATR Form Factor Modem Production, the Offeror shall bid a NTE unit price for the 3/8 ATR modem. For the purposes of calculating the IDIQ TPP, Table C, the Offeror shall multiply the CLIN 0007 NTE unit price by 2,500 units. For pricing purposes, the Offeror shall assume modem delivery after completion of Block II RDT&E.

h) Offeror’s Proposed Pricing for Basic IDIQ CLIN 0008. For Basic IDIQ CLIN 0008 Special Studies, the Offeror shall bid NTE FFP labor rate for each CY shown in CLIN 0008. The Offeror shall fill-out Table D below which shall match the IDIQ CLIN 0008 table in the descriptive data in the model IDIQ contract.

Table D- NTE FFP Special Studies Labor Rates

CY 2020

CY 2021

CY 2022

CY 2023

CY 2024

For the purposes of calculating the IDIQ TPP, Table C, the Offeror shall use 10,000 hours for each CY. See sample calculation below:

CY2020: 10,000 hrs x $150/hr = $1,500,000

17

Page 18: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

CY2021: 10,000 hrs x $151.5/hr = $1,515,000

CY2022: 10,000 hrs x $153/hr = $1,530,000

CY 2023: 10,000 hrs x $154.5/hr = $1,545,000

CY 2024 : 10,000 hrs x $156/hr = $1,560,000

CLIN 0008 TPP: $7,650,000

SECTION 3 - DISCUSSION OF BUSINESS SYSTEMS

a) Offeror’s Business Systems. The proposal shall indicate whether the Offeror has Government approval of the following systems: Accounting System, Estimating System, and Purchasing System.

Companies with Approved Business Systems: If these systems have been approved by the Government, please provide evidence of the approvals. Please confirm that the proposal costs and prices are calculated based upon the approved systems.

Companies with Business System Deficiencies: For each business system listed above that has Government-issued deficiency notifications or has been deemed to be inadequate, the Offeror shall explain the cited inadequacy/deficiency, explain the Offeror’s proposed corrective action plan, and shall state whether the plan has been accepted by the Government. The Offeror shall explain how the risks and impacts to the proposed price have been mitigated by the Offeror in the interim as the business system is being corrected.

Companies Not Required to Have Government-Approved Business Systems: If the Offeror’s systems are not required to be approved by the Government, the Offeror shall provide the following information:

1) Accounting System: the Offeror shall explain the Offeror’s system or systems for accounting methods, procedures, and controls established to gather, record, classify, analyze, summarize, interpret, and present accurate and timely financial data for reporting in compliance with applicable laws, regulations, and management decisions, and may include subsystems for specific areas such as indirect and other direct costs, compensation, billing, labor, and general information technology. Indicate whether the system has been reviewed by an external agency and provide the results of the external review. (Reference DFARS 252.242-7006).

2) Estimating System: the Offeror shall explain the Offeror’s policies, procedures, and practices for budgeting and planning controls, and generating estimates of costs and other data included in proposals submitted to customers in the expectation of receiving contract awards. Estimating system includes the company’s (1) Organizational structure; (2) Established lines of authority, duties, and responsibilities; (3) Internal controls and managerial reviews; (4) Flow of work, coordination, and communication; and (5) Budgeting, planning, estimating methods, techniques, accumulation of historical costs, and other analyses used to generate cost estimates. Indicate whether the system has been reviewed by an external agency and provide the results of the external review. (Reference DFARS 252.215-7002).

18

Page 19: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

3) Purchasing System: the Offeror shall explain the Offeror’s system or systems for purchasing and subcontracting, including make-or-buy decisions, the selection of vendors, analysis of quoted prices, negotiation of prices with vendors, placing and administering of orders, and expediting delivery of materials. Indicate whether the system has been reviewed by an external agency and provide the results of the external review. (Reference DFARS 252.244-7001).

4.7 VOLUME VI - CONTRACT DOCUMENTATION

a. General Instructions. This section provides detailed information on completing Volume VI - Contract Documentation.

b. Volume VI Organization/Content. The basic IDIQ solicitation, Standard Form (SF) 33, includes the IDIQ CLINs, terms and conditions, and IDIQ contract attachments. The first delivery order, DD Form 1155, includes CLINs 0001, 0002, 0003, and 0004 (scope for Block I RDT&E) and includes required exhibits and attachments for the first delivery order. The below instructions are provided for the basic IDIQ solicitation/contract and Delivery Order 1 for Block I RDT&E. Offerors must review both documents (IDIQ and first delivery order) and ensure that all required information is completed. If an Offeror has been notified that it has been added to the Air Force Space Contractor Responsibility Watch List (CRWL), the Offeror must use the Contract Documentation Volume to submit documentation describing how it has addressed the conditions that resulted in its inclusion on the CRWL and why those conditions will not impact performance on a contract resulting from this solicitation. In addition, in order to be considered for a subcontract, a proposed subcontractor that has been notified that it has been added to the CRWL must submit documentation in this volume describing how it has addressed the conditions that resulted in its inclusion on the CRWL and why those conditions will not impact its performance on a subcontract to to a contract resulting from this solicitation. The proposed subcontractor may submit CRWL related documentation through the offeror or directly to the Contracting Officer as long as the information is received prior to the proposal due date. The Prime Offeror must submit its determination of subcontractor responsibility in this volume.

1) SF 33 Form/Solicitation, Offer, and Award. The Offeror shall complete blocks 15A, 15B, 16, 17, 18 of the SF 33 for the basic IDIQ award. The SF 33 cover page is a required submittal of the Offeror’s proposal.

2) DD Form 1155 (Model Delivery Order One Cover Page). The Offeror shall complete block 7 of the cover page by entering the respective DCMA office cage code and address. The Offeror shall complete block 9 by entering company name, address, and cage code. The Offeror shall complete block 15 by entering the respective DFAS payment office address and cage code. The Offeror shall complete information requested in block 16: enter name of contractor, include signature of an authorized representative, and enter printed name and title of the authorized representative, entering date of signature. Signature by the Offeror constitutes an offer, which the Government may accept. The DD Form 1155 SF 26 Cover Page is a required submittal of the Offeror’s proposal.

3) IDIQ Section B Supplies and Prices. The Offeror shall fill-in pricing information for all Contract Line Item Numbers (CLINs) in Section B in accordance with the Government’s

19

Page 20: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

instructions provided for the Price Volume (reference page 16 above Section 2 – Price Element Summaries). The Offeror shall fill-in the delivery schedule for each CLIN consistent with the Offeror’s proposed approach. The final delivery schedule for each CLIN will be finalized at contract award. The CLIN definitions and prices section is a required submittal of the Offeror’s proposal.

4) Model Delivery Order One (Supplies or Services). The Offeror shall fill-in pricing information for all Contract Line Item Numbers (CLINs) in Section B in accordance with the Government’s instructions provided for the Price Volume (reference page 16 above Section 2 – Price Element Summaries). The Offeror shall fill-in the delivery schedule for each CLIN consistent with the Offeror’s proposed approach. The final delivery schedule for each CLIN will be finalized at contract award. The CLIN definitions and prices section is a required submittal of the Offeror’s proposal.

5) Section I (IDIQ Contract Clauses) from SF 33. The Offeror shall complete fill-ins for all IDIQ clauses where indicated by asterisks (“*”) or “?” Section I is a required submittal of the proposal.

6) Section J (List of Documents, Exhibits & Attachments) from SF 33. The Offeror shall submit the SF 33 attachments discussed below.

a) The Offeror shall submit the IDIQ SOW, Attachment 1, without making any additions, deletions, or modifications.

b) The Offeror shall submit the draft DD 254, Attachment 2, by completing the required sections.

c) The Offeror shall develop a contractor work Breakdown Structure and dictionary consistent with IDIQ Solicitation Attachment 3: A3M WBS and Dictionary. The proposed changes shall be submitted as ‘redlines’ within aforementioned Attachment and retitled as “Contractor Work Breakdown Structure (CWBS)” to be incorporated into the awarded contract.

d) The Offeror shall submit Attachments 5 (Technical Requirements Documents PATS 12200), 6 (Small Form Factor TRD PATS 12300), and 7 (Terminal Modem Line Replaceable Unit PATS 13100) without making any additions, deletions, or modifications. Attachment 5, 6, and 7 are required submittals of the proposal.

e) The Offeror shall submit a Small Business Subcontracting Plan IAW FAR 52.219-9 or a Comprehensive Subcontracting Plan IAW DFARS 219.702. If submitting a Comprehensive Subcontracting Plan, provide the DCMA approved version of the plan. The Small business Subcontracting Plan or Comprehensive Subcontracting Plan will be incorporated as an attachment in the awarded IDIQ contract. The requirement to submit a subcontracting plan is not applicable to small business offerors.

f) In accordance with FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, the Contracting Officer has analyzed the planned acquisition and determined that no known actual or potential Organizational Conflict of Interest (OCI) situations exist with respect to this solicitation. The Offeror shall perform its own OCI analysis and submit the results of that analysis as part of its proposal. Specifically, the Offeror shall

20

Page 21: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

analyze the planned acquisition for actual or potential OCI situations associated with its or any of its teammate’s or subcontractor’s performance under any contract it or any of its teammates or subcontractors has been or may be awarded by any federal agency or other entity. The Offeror shall describe in detail the methodology used to identify actual or potential OCI issues. If the Offeror identifies any actual or potential OCIs with respect to the performance of itself or its subcontractors or teammates, the Offeror shall provide an OCI Mitigation Plan to be incorporated as an attachment to any resulting contract. At a minimum, the plan shall address all of the items identified in the most current version of SMC’s OCI Mitigation Plan Checklist. Any proposed avoidance or mitigation techniques shall be consistent with FAR Subpart 9.5 and the most recent decisions of the Government Accountability Office and the U.S. Court of Federal Claims. Resolution of OCI issues are treated in a manner similar to the Contracting Officer’s contractor responsibility determination. Any communications necessary to resolve OCI issues shall not be considered discussions. As such, the Contracting Officer may issue Evaluation Notices to the Offeror prior to any decision to enter into discussions in order to resolve questions or concerns with the Offeror’s OCI analysis or mitigation plan.

7) Section J (List of Documents, Exhibits & Attachments) from Model Delivery Order. The Offeror shall submit the Delivery Order One attachments discussed below.

a) The Offeror shall submit the Exhibit A, CDRLs, package without making any additions, deletions, or modifications.

b) The Offeror shall submit the Delivery Order One SOW, Attachment 1, without making any additions, deletions, or modifications.

c) The Government has already identified approved GFP/GFI and Supplied Interfaces/Base Support in Attachment 2 of the model delivery order contract. Access to Government Supplied Interfaces/Base Support identified in the Non-Serially Management Items List Attachment 2 will be provided no earlier than the system event identified. The GFP Attachment provides the maximum quantity of each individual GFP/GFI item available. Offerors are able to tailor the quantity of each item requested, but shall not request a quantity greater than the maximum available. Offeror’s shall not request GFP/GFI not identified in the GFP Attachment. Offerors shall follow the instructions for “GFP Attachment Tutorial” at the following link http://dodprocurementtoolbox.com/site-pages/gfp-attachments when completing Serially Management and Non-Serially Managed Items List within Attachment 2.

d) The Offeror shall complete the Rights in Data, Attachment 3, and deliver the completed document as part of the proposal submission. The Offeror must complete Table 1, for rights in non-commercial technical data, computer software, and computer software documentation. The Government’s requirements are specified in Column 3, “Government Asserted Rights Category.” The Government will consider proposed level of rights and associated pricing in the best value award decision. If Offeror does not provide data rights consistent with the applicable statute, the CO can find proposal non-responsive (reference DFARS 227.7103-5(a)(2) and (a)(4) through (9) and 227.7103-5(b)(1)). Additionally, if the data rights attachment is incomplete or filled-out incorrectly, the CO can find proposal non-responsive. On Column 4, “Offeror Proposed Rights

21

Page 22: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

Category,” enter level of data rights proposed under each CDRL number. For Column 5, “Offeror Proposed Price,” enter total price for each license right in respective row. If pricing is Not Separately Priced, simply enter $0. For Column 5, “Price,” insert a proposed license price into each cell.

The Offeror must complete Table 2, for rights in commercial technical data, computer software, and computer software documentation (CDRLs). On Column 3, “Vendor Name; Technical Data/Software Application; License No.” enter vendor name, application, and associated license number. On Column 4, “Quantity,” enter proposed number of licenses. On Column 5, “Price” enter the price associated with proposed licenses.

The Offeror must complete Table 3, for rights in contract administration information. On Column 3, enter the price associated with the data item in Column 2. In subsections d(1) and (2) of “Additional marking requirements,” replace the asterisks with the Offeror’s name in uppercase letters.

Total price for all three Tables shall be summed and added to the data rights CLIN (CLIN 0004 for IDIQ and delivery order one). For any data rights proposed lower than the Government’s Asserted Rights requirements, provide the following: detailed explanation as to why proposed rights are appropriate, any required supporting documents, and your detailed data rights strategy for ensuring the Government’s program objectives are met. The detailed approach may include strategies such as specifically negotiated license rights, data rights in escrow, contractor to qualify additional sources and maintain adequate competition among sources, etc. The Government reserves the right to determine if such an approach meets the Government’s requirements and consider this assessment in the best value award decision. If an explanation is required, the required explanation may be included as additional Appendices (more than one appendix can be added to complete your response).

To ensure that the parties will maintain proper configuration control of all licenses throughout the performance of the resulting contract, create an “Appendix A” to the Rights in Data Attachment with a separate tab for each vendor listed in Table 2 of the Data Rights Attachment. Insert into that separate tab one copy of every license listed in column 3 of the Rights in Data Attachment associated with any commercial technical data or computer software the Offeror will deliver to the Government under any CDRL listed in the order in which that license appears in that tables. The Government expects that prior to inserting any proposed license into Appendix A, the Offeror will have carefully read the license to ensure that its terms and conditions are consistent with all requirements of this RFP. In this regard, the Rights in Data Attachment includes an order of precedence clause placing the burden of compliance with those requirements on the prime contractor. IAW DFARS 227.7202-1(a), the Government is not required to acquire licenses to commercial computer software (or related documentation) where such licenses are inconsistent with Federal procurement law. Certain provisions in the Order of Precedence provision contained in theRights in Data Attachment summarize Federal procurement law. The Government cannot accept any offer that proposes to modify those subsections in a manner that is inconsistent with Federal procurement law.

22

Page 23: imlive.s3.amazonaws.com Government...  · Web viewand “Copy” enabled to allow for text and graphics transfer), Microsoft (MS) Office 2016. If files are compressed, the necessary

UNCLASSIFIED

e) The Offeror shall submit an Integrated Master Plan (IMP) IAW Department of Defense Integrated Master Plan and Integrated Master Schedule Preparation and Use Guide, version 0.9, 21 October 2005. The IMP shall be event-based, containing the events, significant accomplishments, and accomplishment criteria needed to successfully complete the program. At a minimum, the IMP shall include all of the events in the below Notional Key Events table. The IMP shall contain the following in contractor format. Do not include IMP narratives.

i) Events – logical points to assess the program’s progress

ii) Significant accomplishments – two or more for each event, defining the desired results prior to or at completion of each event

ii) Criteria – two or more for each significant accomplishment defined as measurable information that provides definitive evidence that a specific accomplishment is being completed. Completion of all these criteria constitutes completion of the accomplishment

Notional Key Events

EVENT SCHEDULINGNSA Development Environment Package ATP + 30 CDsPre-Production Unit Delivery ATP + 19 monthsProduction Readiness Review (PRR) ATP + 25 months

8) Section K (Representations, Certifications and Other Statements of Offerors) from SF 33. The Offeror shall complete all “fill-ins” and provide all of the representations, certifications, and statements required by Section K. All certifications and representations required by Section K of the solicitation shall be completed as of the date of contract award. In order to avoid inconsistency with the Offeror’s proposed data rights attachment for Delivery Order One, the Government strongly encourages the Offeror to complete DFARS 252.227-7017(d) with the phrase “See Data Rights Attachment for Delivery Order 01” and sign the certification (Date, Printed Name and Title, and Signature) under paragraph (d).

23