DOCUMENT

AMP Industry Day Contracting Slides.pdf

OVERVIEW

Original Source
Contract Opportunity
Posted
June 21, 2022
Type
.pdf
Size
0.74MB

DOCUMENT PREVIEW

EXTRACTED TEXT

UNCLASSIFIED

Army Modernization
Priorities (AMP)
Industry Day

Niko Georgakopoulos
Chris Justice
Contracting Officer
17 March 2022

UNCLASSIFIED

AGENDA

Welcome/Administrative Remarks/Rules of
Engagement

History of the Requirement

Draft RFP

Small Business Subcontracting and Participation Plans

Vision and Mission Requirement/Technical Areas

Expected length of briefing: 3hrs

ACC-APG

Administrative Remarks

Introduction of Government Representatives
Address CUI and proposal submission (will be specifically

identified in final RFP release)

All attachments will be released with final RFP PLEASE
READ INSTRUCTIONS IN FINAL RFP REGARDING
ACCESS TO THE PWS

NOTE: The final solicitation, when posted to betaSAM,

supersedes any information discussed during this
Industry Day. Proposers should read the final solicitation
when posted.

ACC-APG

Rules of Engagement

ACC-APG

Rules of Engagement

Government Presenters

Niko Georgakopoulos Contracting Officer, ACC-APG-

Chris Justice Contracting Officer, ACC-APG-RTP Div,

RTP Div, RTP, NC

RTP, NC

Mitch Wathen Electrical Engineer, ARL Sensors and

Electron Devices Directorate (SEDD), Adelphi, MD

Steven Murrill Electronics Engineer, ARL Sensors and

Electron Devices Directorate (SEDD), Adelphi, MD
David Christ/Darryl Seegars/Anne Carman - Small
Business Programs Army DEVCOM-- RTP, NC
15 minute breaks in between each presentation

ACC-APG

Rules of Engagement

NOTE: The final RFP, when posted to betaSAM, supersedes any
information discussed during this Industry Day. Proposers should
read the final solicitation when posted.

Type questions into the Live event Q&A and a moderator will

review and document questions.

Depending on timing, the Government will attempt to answer as

many questions as possible during the industry day

ACC-APG

Industry Representation

The Government has documented a list of interested vendors
who applied for the Industry Day, with a total of roughly 180
vendors.

A subsequent request has been made to all vendors who

registered for the industry day requesting information such
as business size status, CAGE code, capabilities with regards
to the PWS, and interest in being a prime or subcontractor
looking to team up with other vendors.

With approval to release this information from vendors, a list

will be posted to the Industry Day announcement in
betaSAM.

ACC-APG

Historical Information

ACC-APG

Past and Present

ARL is currently carrying out similar actions under the

AEWD Program (MAC IDIQ), however there are
differences in the scope of the AMP IDIQ Requirement.

The technical brief will discuss in more detail the

differences between the two requirements and the types
of task orders expected under the AMP IDIQ.

For informational purposes, the AEWD MAC IDIQ has
issued 74 task order requests over the past 6+ years.
This may not be an accurate depiction of the AMP IDIQ in
the future.

ACC-APG

Future

Name of Contractor

IDIQ Ceiling

Army Modernization Priorities (AMP) MAC IDIQ

Anticipated Contractors
$800M-
$900M (At
Award)

ACC-APG

Vision & Mission
Requirement/Technical
Areas

ACC-APG

Draft RFP Highlights

ACC-APG

DRFP Highlights

NAICS Code: 541 Professional, Scientific, and
Technical Services, 541715 Research and
Development in the Physical, Engineering, and Life
Sciences (except Biotechnology)

While the NAICS code associated with task orders

will also be 541715, the specific PSC code
associated with individual task orders may span
across different R&D and service PCS codes.

ACC-APG

Draft TFP Highlights

Contract Type: $800-$900M Multiple Award (MA)

Indefinite Delivery Indefinite Quantity (IDIQ)
CPFF and FFP Task Orders (TO)

Fixed Fee on CPFF will be negotiated at TO level
Profit on FFP will be negotiated at the TO level

Subcontractor Fee limited to 5% for small business

subcontractors and 3% for large business subcontractors

NO FEE on equipment & travel costs

Several questions/comments were received regarding this. That

feedback will be considered with the intent of making fee restrictions
more transparent in the final RFP.

ACC-APG

Section B Highlights

ACC-APG

Section B Highlights

CLIN Structure:

CLIN 0001: R&D performed on a CPFF basis
CLIN 0002: R&D performed on a FFP basis
CLIN 0003: Service Contract Reporting (SCR)
CLIN 0004: Contract Data Requirements List (CDRL) NSP

All task orders will be issued by ACC-APG-RTP

Contracting Division ONLY

ACC-APG

Section C Highlights

ACC-APG

Section C PWS Highlights

Process for receiving the PWS will be streamlined and timelines

included in the final RFP release. Vendors are still encouraged to
request the final PWS even if they have received a previous version,
and the contracting office will work with the requiring activity to
ensure all vendors receive the PWS at the same time and timely
enough to adequately prepare proposals.

ACC-APG

Section H Highlights

ACC-APG

Section H Highlights TOR Process

Ordering Process

The Government will conduct market research as part of the task

order process to identify small business capabilities to perform task
orders. The Government also anticipates notifying IDIQ holders of
potential upcoming Task Order Requests (TOR) when possible.

Once TOR is released, the Government anticipates a 30 day
response time for proposals, but this is subject to individual
requirements.

TORs will include proposal instructions, PWS, evaluation criteria,
and any other applicable attachments/information needed for task
order proposal preparation.

ACC-APG

Section H Highlights On/Off Ramps

Numerous questions were received in

response to the Draft RFP regarding On/Off
Ramping for the AMP program.

Acquisition planning is still ongoing and

industry feedback provided in response to the
Draft RFP will be considered in final
acquisition planning and final RFP language.

ACC-APG

Section J Highlights

ACC-APG

Section J - List of Documents, Exhibits and
Other Attachments

The Government does not anticipate using a sample task or TOR 1 associated with

All applicable attachments will be provided once the final RFP is released in

the final RFP

betaSAM

ACC-APG

Sections L & M Highlights

ACC-APG

Highlights

The PWS describes the Governments requirement;

Section L outlines the proposal submission instructions;
Section M outlines the evaluation and selection process

Make sure to read each of the sections in detail, as well as

the entirety of the RFP, as you prepare your proposals

There will be a question and answer period during the

open RFP time, during which the Government will accept
questions and post responses to betaSAM.

ACC-APG

Basis For Award

Awards will be made based on the best overall value
proposals that are determined to be the most
beneficial to the Government, with appropriate
consideration given to the five (5) evaluation factors:

Technical,
Management,
Past Performance,
Small Business Participation,
Cost.

ACC-APG

Basis For Award

6 to 9 Contract Awards are anticipated as a result of the
Final RFP (but reserves the right to award more or less)
It is the Governments objective to maximize practicable
opportunities for small businesses

The Government intends to reserve 2 or more of the

Awards exclusively for Small Businesses

Market Research on going

May adjust number of Small and Large Business Awards

ACC-APG

Two Phase Process

Phase I - Pre-Evaluation Screening

Compliance

Phase II - Evaluation of Volumes 1-5

ACC-APG

Phase I-Pre-Evaluation Screening Compliance

ACC-APG

Phase II - Competitive Range Evaluation

As set forth in FAR 52.215-1 (f)(4), the Government intends to
award without discussions, except clarifications as described in
FAR 15.306(a), Clarifications and award without discussions.
However, the Government reserves the right to conduct
discussions if the Source Selection Authority later determines
them to be necessary. A competitive range will be established in
the event that discussions are determined to be necessary.

ACC-APG

Phase II Evaluation of Volume 1-5

continued

Volume I: Technical

Volume II: Program Management

Volume III: Past Performance

Volume IV: Small Business Participation

Volume V: Cost

ACC-APG

Phase II Evaluation of Volumes 1

Volume I: Technical Aspects of the technical evaluation include:

(a) Capability to provide, quick reaction, wide-ranging specialized services

(b) Capability to provide specialized services relevant to MDO overmatch

(c) Demonstrated capabilities in required Mission Areas

(d) Demonstrated capabilities in required Technical Areas

NOTE: THE GOVERNMENT DOES NOT INTEND TO BREAK DOWN
FACTOR ONE INTO SUBFACTORS. THE EVALUATION APPROACH
WILL BE CLEARLY ARTICULATED IN THE FINAL RFP RELEASE.
REVIEW THE FINAL RFP FOR SPECIFIC PROPOSAL SUBMISSION
INSTRUCTIONS AND EVALUATION CRITERIA.

ACC-APG

Phase II Volume II Program Management

The Management Approach Factor will be evaluated to
determine if the Offeror as an entity (Prime contractor, joint
venture, teaming partners and all proposed major
subcontractors) clearly meets the requirements as described in
Section L for the following components; Management Plan
Narrative, Key Personnel, Personnel Reliability Program,
Security Clearance, and Telecommuting Plan.

REVIEW THE FINAL RFP FOR SPECIFIC PROPOSAL
SUBMISSION INSTRUCTIONS AND EVALUATION
CRITERIA.

ACC-APG

Phase II Volume III Past Performance

Each Offerors past performance will be reviewed to determine relevancy

and confidence assessment.

Offerors shall provide three (3) contracts that are currently active or that
have been physically completed in the last twenty-four