DOCUMENT
24 Jan 2020 Remaining 22 Questions TTSS Industry Day Questions.xlsx
OVERVIEW
Original Source
Contract Opportunity
Related Opportunity
Related Agency
Posted
Jan. 24, 2020
Type
.xlsx
Size
0.03MB
DOCUMENT PREVIEW
EXTRACTED TEXT
First set of questions received on 12 Nov 19
Question
PWS Ref
Vendor's Question/Comment
Government 's ResponseC.1.6.27
The requirement of 5 years experience in operational test and evaluation is restrictive, and favors current workforce and incumbent team. The requirements do not allow for other equivalent military and/or civilian expertise to be infused into the operational test organization. The requirement of 5 years OT experience would eliminate highly qualified personnel from the organization and limit potential innovation and/or best practices. Recommend that the government revise Program Manager Job Descriptions and modify the 5 years of operational test experience.
PWS was revised to reflect DoD testing experience instead of operational testing experience. C.1.6.27; TTSS_Labor_Categories_3_Nov_19.xlsx
LCAT descriptions between PWS and attachment are different. Recommend that the full description, and substitutions be written into the PWS.
Both the labor category descriptions spreadsheet for Key Personnel and PWS were revised to mirror each other for key personnel.C.5.1.1
Recommend that the government revise Program Manager Job Descriptions and modify the 5 years of operational test experience. Recommend the government provide the workflow and process as well as examples of the format for the TIP/TAR as part of the PWS or as an annex.
Part 1 - PWS revised under section C.1.6.27 not C.5.1.1. PWS was revised to reflect DoD testing experience instead of operational testing experience. Part 2 - TIP process is located under CDRL A003, TE F. Attachment will be provided for TAR example in the solicitation.C.5.1.1.3.8
This paragraph leads one to believe that the contractor will have to provide surge support as part of its offering. Recommend the government clarify the surge requirements.
The word "Surge" is removed from PWS. The contractor may need to increase or decrease personnel based on requirements to support each individual task order. C.5.1.13
Can the government provide detailed information on the TTSS developed software to include but not limited software language, licensing requirements, operating systems, current status of the software i.e. has ATO, needs ATO fielded and being currently used, status of documentation.
A Technical Exhibit will be entitled "Supported Software Network List"C.5.1.13
On software developed by outside organizations such as ONESAF does the government intend to be co-developers of the software?
No. The contractor personnel will have to be familiar with ONESAF tool and software. Any changes needed to ONESAF software will be through the Army agency who owns ONESAF.C.5.1.13
Is the intent of the government that all SW design and development be done on government site?
No. If the software engineers are supporting from the sites other than Fort Hood and Fort Huachuca Government site, the proposal must include locations from where they will be providing support full-time and should seek Government approval.C.5.1.17.4
The government requires the contractor to interface with Training systems and tools, but only mentions tools used predominantly in testing and experimentation. Recommend the government provide list of tools and capabilities that the contractor should have experience with such as JLTCC, IEWTPT that might be required to iin conducting operational test as part of a LVC enviroment. Recommend the government provide list of tools and capabilities that the contractor should have experience with such as JLTCC, IEWTPT that might be required to iin conducting operational test as part of a LVC enviroment.
The intent of this section is not to limit the vendor to the existing T&E tools but to describe the tools we have used and our need to expand our tools to anything used within or outside of DoD.
-Specifically we need the vendor to conduct research and provide recommendations on what tools that would best support OTC T&E efforts.
-The Government acknowledges that a knowledge and/or background in training tools is required in order for OTC to comply with Army Future's Command (AFC) Synthetic Training Environment (STE) guidance. C.5.1.24.3.
Can the government clarify the requirement for an annual inventory. It appears that the government is requesting two reports, it is unclear based on the timing, and the potential for providing dated information based on the potential difference between end of year and Period of Performance. The Contractor shall conduct an annual inventory of all incidental property provided in TE C and provide a copy to the COR no later than thirty (30) days prior to end of each period of performance year, and ninety (90) days prior to the end of the period of performance IAW CDRL A017, and TE Z, Annual Incidental Property Inventory. Recommend the government clarify the requirement.
The inventory report requirement is yearly but the final inventory report will be 90 days before the contract ends. The PWS has been revised to clarify this requirement. C.5.1.24.3. & C.5.1.24.4
The requirements for reporting are in conflict, in 24.3 the government is asking for the report ninety (90) days prior to the end of the period of performance in 24.4 the government is asking for the report to be submitted to the COR thirty (30) days prior to end of each period of performance.
See Question #9C.5.1.25 and C.5.3.2.1.5.6.
The overarching requirements in the contract in PWS section 5.1.25 state that the contractor will use government TMDE facilities for calibration, however in the Fort Huachuca specific task the government requires the contractor to perform the TMDE maintenance to include calibration, but then also suggest that it use the government TMDE facilities. These paragraphs and sections appear to be in conflict. Recommend that the government clarifythe intent and who conducts TMDE maintenance and calibration?
Removed verbiage from PWS section C.5.3.2.1.5.6., duplication from C.5.3.2.1.1.1.1. TMDE maintenance will be performed by the government TMDE facilities and not the contractor. The contractor will administratively maintain the TMDE equipment. C.5.1.5. and C.5.1.1.3.2
The government asks for the contractor to provide cybersecurity and information management support para C.1.5 it alludes to just RMF for systems that the are provided in the contract. However C.5.1.1.3.2 states that the contractor shall provide protection from electronic threats and recovery from physical and electronic security breaches. The requirement in test support suggest that the contractor is running the networks for the test as well. C.5.3.2.1.1.6 and C.5.3.2.1.4.16 also has cyber task. Can the government clarify responsibilities between the contractor and government specifically the responsibilities of the OTC G6 , as well as other government entities and installation vice the contractor.
For C 5.1.5.- Verbiage was added to provide clarity. For C 5.1.1.3.2. Added verbiage to clarify which systems and networks the contractor is required to manage. Section C.5.3.2.1.1.6. & C.5.3.2.1.4.16. Since Section C.5.3 is reference to IEWTD may appear to the vendor that what is written here is duplicative to what is written in section C.5.1.1.3.2. & C.5.1.5. (common tasks for all locations). The intent is not to be duplicative but to re-inforce the RMF/Cyber Security requirements specifically for IEWTD instrumentation requirements.
We do not believe we should list out specific TTSS Cybersecurity roles by person. What is listed suffices.
C.5.2.1.1
This is the only paragraph in which the government mentions risk reduction activities. Recommend that the government provide a guidance on Risk Management activities required by the contractor.
Paragraph C.5.2.1.1 in PWS has been modified to include:"Test technology system integration and risk reduction activities include: plan, develop, and integrate test technology early and continuously integrate early, integrate often; support pre-test validation and accreditation of test environments, technologies, processes, and data; serve as a distributed test control center when used as an extension of existing data centers." at the end of the paragraph.C.5.2.1.1
The government ask for integration on various networks, however they are not named. Recommend the government provide the current networks that are used in support of the ATEC Technology Integration center
See Technical Exhibit entitled Software ListC.5.3.
We understand the Intelligence and Electronic Warfare Test Directorate (IEWTD) is currently begin supported by a JAOBCS support contract. How will the government deconflict the transition from JACOBS to the awardee, and when is the timeline that the government expects to execute the transition. Recommend that the government clarify transition and timeline for IEWTD.
Each site (TTD and IEWTD) will be executed by a separate task order and will require their own Phase in/out process. Tentative Dates for IEWTD are 01 October 20 with the phase in starting on 01 Oct 20.
C.5.3.
The level of complexity of IEWTD is significant and while there are some similar tasks, there are significantly different tasks such as Motor Pool and Vehicle Maintenance. Based on the PWS it is unclear the scope of many of these tasks, the conditions or locations of the facilities. The current industry day is set for Fort Hood only, and does not include a visit to Fort Huachuca. It is difficult to gauge the level of support and or associated task without seeing the facilities, and equipment.Recommend that the government schedule and hold a secondary industry day at Fort Huachuca.
An Attachment will be provided to show IEWTD facilitates and a Tecnhical Exhibit will show the amount of equipment assigned to this Task Order. There will not be a site visit at Fort Huachuca. A separate base task order requirement will be
Question
PWS Ref
Vendor's Question/Comment
Government 's ResponseC.1.6.27
The requirement of 5 years experience in operational test and evaluation is restrictive, and favors current workforce and incumbent team. The requirements do not allow for other equivalent military and/or civilian expertise to be infused into the operational test organization. The requirement of 5 years OT experience would eliminate highly qualified personnel from the organization and limit potential innovation and/or best practices. Recommend that the government revise Program Manager Job Descriptions and modify the 5 years of operational test experience.
PWS was revised to reflect DoD testing experience instead of operational testing experience. C.1.6.27; TTSS_Labor_Categories_3_Nov_19.xlsx
LCAT descriptions between PWS and attachment are different. Recommend that the full description, and substitutions be written into the PWS.
Both the labor category descriptions spreadsheet for Key Personnel and PWS were revised to mirror each other for key personnel.C.5.1.1
Recommend that the government revise Program Manager Job Descriptions and modify the 5 years of operational test experience. Recommend the government provide the workflow and process as well as examples of the format for the TIP/TAR as part of the PWS or as an annex.
Part 1 - PWS revised under section C.1.6.27 not C.5.1.1. PWS was revised to reflect DoD testing experience instead of operational testing experience. Part 2 - TIP process is located under CDRL A003, TE F. Attachment will be provided for TAR example in the solicitation.C.5.1.1.3.8
This paragraph leads one to believe that the contractor will have to provide surge support as part of its offering. Recommend the government clarify the surge requirements.
The word "Surge" is removed from PWS. The contractor may need to increase or decrease personnel based on requirements to support each individual task order. C.5.1.13
Can the government provide detailed information on the TTSS developed software to include but not limited software language, licensing requirements, operating systems, current status of the software i.e. has ATO, needs ATO fielded and being currently used, status of documentation.
A Technical Exhibit will be entitled "Supported Software Network List"C.5.1.13
On software developed by outside organizations such as ONESAF does the government intend to be co-developers of the software?
No. The contractor personnel will have to be familiar with ONESAF tool and software. Any changes needed to ONESAF software will be through the Army agency who owns ONESAF.C.5.1.13
Is the intent of the government that all SW design and development be done on government site?
No. If the software engineers are supporting from the sites other than Fort Hood and Fort Huachuca Government site, the proposal must include locations from where they will be providing support full-time and should seek Government approval.C.5.1.17.4
The government requires the contractor to interface with Training systems and tools, but only mentions tools used predominantly in testing and experimentation. Recommend the government provide list of tools and capabilities that the contractor should have experience with such as JLTCC, IEWTPT that might be required to iin conducting operational test as part of a LVC enviroment. Recommend the government provide list of tools and capabilities that the contractor should have experience with such as JLTCC, IEWTPT that might be required to iin conducting operational test as part of a LVC enviroment.
The intent of this section is not to limit the vendor to the existing T&E tools but to describe the tools we have used and our need to expand our tools to anything used within or outside of DoD.
-Specifically we need the vendor to conduct research and provide recommendations on what tools that would best support OTC T&E efforts.
-The Government acknowledges that a knowledge and/or background in training tools is required in order for OTC to comply with Army Future's Command (AFC) Synthetic Training Environment (STE) guidance. C.5.1.24.3.
Can the government clarify the requirement for an annual inventory. It appears that the government is requesting two reports, it is unclear based on the timing, and the potential for providing dated information based on the potential difference between end of year and Period of Performance. The Contractor shall conduct an annual inventory of all incidental property provided in TE C and provide a copy to the COR no later than thirty (30) days prior to end of each period of performance year, and ninety (90) days prior to the end of the period of performance IAW CDRL A017, and TE Z, Annual Incidental Property Inventory. Recommend the government clarify the requirement.
The inventory report requirement is yearly but the final inventory report will be 90 days before the contract ends. The PWS has been revised to clarify this requirement. C.5.1.24.3. & C.5.1.24.4
The requirements for reporting are in conflict, in 24.3 the government is asking for the report ninety (90) days prior to the end of the period of performance in 24.4 the government is asking for the report to be submitted to the COR thirty (30) days prior to end of each period of performance.
See Question #9C.5.1.25 and C.5.3.2.1.5.6.
The overarching requirements in the contract in PWS section 5.1.25 state that the contractor will use government TMDE facilities for calibration, however in the Fort Huachuca specific task the government requires the contractor to perform the TMDE maintenance to include calibration, but then also suggest that it use the government TMDE facilities. These paragraphs and sections appear to be in conflict. Recommend that the government clarifythe intent and who conducts TMDE maintenance and calibration?
Removed verbiage from PWS section C.5.3.2.1.5.6., duplication from C.5.3.2.1.1.1.1. TMDE maintenance will be performed by the government TMDE facilities and not the contractor. The contractor will administratively maintain the TMDE equipment. C.5.1.5. and C.5.1.1.3.2
The government asks for the contractor to provide cybersecurity and information management support para C.1.5 it alludes to just RMF for systems that the are provided in the contract. However C.5.1.1.3.2 states that the contractor shall provide protection from electronic threats and recovery from physical and electronic security breaches. The requirement in test support suggest that the contractor is running the networks for the test as well. C.5.3.2.1.1.6 and C.5.3.2.1.4.16 also has cyber task. Can the government clarify responsibilities between the contractor and government specifically the responsibilities of the OTC G6 , as well as other government entities and installation vice the contractor.
For C 5.1.5.- Verbiage was added to provide clarity. For C 5.1.1.3.2. Added verbiage to clarify which systems and networks the contractor is required to manage. Section C.5.3.2.1.1.6. & C.5.3.2.1.4.16. Since Section C.5.3 is reference to IEWTD may appear to the vendor that what is written here is duplicative to what is written in section C.5.1.1.3.2. & C.5.1.5. (common tasks for all locations). The intent is not to be duplicative but to re-inforce the RMF/Cyber Security requirements specifically for IEWTD instrumentation requirements.
We do not believe we should list out specific TTSS Cybersecurity roles by person. What is listed suffices.
C.5.2.1.1
This is the only paragraph in which the government mentions risk reduction activities. Recommend that the government provide a guidance on Risk Management activities required by the contractor.
Paragraph C.5.2.1.1 in PWS has been modified to include:"Test technology system integration and risk reduction activities include: plan, develop, and integrate test technology early and continuously integrate early, integrate often; support pre-test validation and accreditation of test environments, technologies, processes, and data; serve as a distributed test control center when used as an extension of existing data centers." at the end of the paragraph.C.5.2.1.1
The government ask for integration on various networks, however they are not named. Recommend the government provide the current networks that are used in support of the ATEC Technology Integration center
See Technical Exhibit entitled Software ListC.5.3.
We understand the Intelligence and Electronic Warfare Test Directorate (IEWTD) is currently begin supported by a JAOBCS support contract. How will the government deconflict the transition from JACOBS to the awardee, and when is the timeline that the government expects to execute the transition. Recommend that the government clarify transition and timeline for IEWTD.
Each site (TTD and IEWTD) will be executed by a separate task order and will require their own Phase in/out process. Tentative Dates for IEWTD are 01 October 20 with the phase in starting on 01 Oct 20.
C.5.3.
The level of complexity of IEWTD is significant and while there are some similar tasks, there are significantly different tasks such as Motor Pool and Vehicle Maintenance. Based on the PWS it is unclear the scope of many of these tasks, the conditions or locations of the facilities. The current industry day is set for Fort Hood only, and does not include a visit to Fort Huachuca. It is difficult to gauge the level of support and or associated task without seeing the facilities, and equipment.Recommend that the government schedule and hold a secondary industry day at Fort Huachuca.
An Attachment will be provided to show IEWTD facilitates and a Tecnhical Exhibit will show the amount of equipment assigned to this Task Order. There will not be a site visit at Fort Huachuca. A separate base task order requirement will be
Show All