DOCUMENT
Attachment 10 REV1 Industry Day Questions and Answers EITEN 27 Oct 21 1430.pdf
OVERVIEW
Original Source
Contract Opportunity
Related Opportunity
Related Agency
Posted
Oct. 27, 2021
Type
.pdf
Size
0.95MB
DOCUMENT PREVIEW
EXTRACTED TEXT
DISCLAIMER: All answers given are pre-decisional. Should any solicitation documents conflict with the answers given below, the solicitation documents shall take precedence. These answers are being provided only with the goals of clarifying the Government's intent and obtaining feedback from Industry. Some answers may have changed in light of
incorporating Industry feedback since they were answered. The Draft RFP will incorporate more changes than those indicated below.
USAFE-AFAFRICA/A6
European-Wide Information Technology Enterprise Network (EITEN) Support Services
Updated: 27 October 2021 @ 0830 EST
Industry Day - Questions & Answers
#2
Document Ref
Attachment 8 Draft Section L
Will the Government please clarify if a Small Business requirement is anticipated?
Does the Government anticipate releasing a draft Section M?
No Small Business requirement is anticipated IAW FAR 19.000(b).
Yes, a full draft RFP is anticipated.
Question
Answer
Attachment 6: LC Definitions
Documents are in draft and updates are in work. Early copies were sent out to solicit feedback prior to Industry Day.
26-Oct-21
Observation: Some of the LC Definitions are duplicated or not captured on the table of contents. They are:
2.6 Communication Analyst, Intermediate (Duplicate of 2.4)
3.6 Software Engineer III missing from table of contents page (Looks to have been cutoff by page break)
Computer Operations Series: Table of contents number references are misaligned after 5.6 Hardware Specialist
Senior Hardware Installation Technician missing from table of contents
Attachment 9: Self Scoring Matrix
The cumulative max possible points for group 2 of 21,000 appears to be incorrect. When summed the point
value of 2.4.2.12 - 2.4.2.15 is 28,000. Will the Government please clarify the apparent disconnect?
Documents are in draft and updates are in work. Early copies were sent out to solicit feedback prior to Industry Day.
26-Oct-21
Section L: Instructions to Offerors
Self Scoring Matrix
Attachment+8+Industry+Day+DRAFT+Section+L+EITEN
paragraphs 2.7
Attachment+8+Industry+Day+DRAFT+Section+L+EITEN
paragraphs 2.4.2.10
We understand the term Offeror to mean the prime bidder. Would the government consider expanding the
Work Samples and Self Scoring aperture to include the teammates that meet those requirements in addition to
the prime offeror?
Yes. The Government intends to provide a specific definition of "Major Subcontractor" in the solicitation, and outline the
specific listing of scoring criteria in which prime and/or Major Subcontractor/teaming partner experience is acceptable. Some
aspects of the scoring criteria will remain limited to prime contractor experience only.
Can the Government clarify on the Self Scoring template that 2.4.2.9 refers to technical personnel in OCONUS
contracts?
Will allowances, such as lodging, education, etc. for contractor employees be included in the pricing evaluation?
If so, request the Government reconsider as this can result in an uneven representation of capability since many
vendors may avoid these allowances to achieve a much lower price at the expense of adequate staffing and
performance issues in execution.
The Government language states: Of the work samples submitted, the Offeror shall rate itself based on the total
number of contracts where the contractor conducted contract performance at geographically separated
operating sites within the local work area. The local work area is defined as within 100 miles of the primary work
site. Can the Government further clarify if this definition implies a subordinate or operationally dependent
relationship? For example, if a contract may require performance at multiple locations (e.g., AFBs) that are
within 100 miles of each other, but neither operating location is subordinate or tied to the other such as
Hurlburt Field and Eglin AFB, or Nellis AFB and Creech AFB.
Yes, 2.4.2.9 is intended to read "OCONUS contracts"
No, the Government intends to provide plug numbers for all cost reimbursable elements in the initial task order evaluation.
Furthermore with the HTRO evaluation approach, contractors are expected to price their proposals to perform according to
the contract requirements
The intent of this category is to identify experience for work performed at multiple operating sites (within the defined local
area) that are geographically separated from the main operating location or operating independently from each other, but
within the responsibilities defined in an individual contract. This examines an offeror's experience with staffing, managing,
and executing a contract that supports multiple locations, simultaneously.
Attachment+9+Industry+Day+Self+Scoring+Matrix+EITEN
Will the Government please define/clarify which scoring elements (Attachment 8 2.4.2.1 2.4.2.15) correspond
to each category (Group 1A, 1B, 2)?
The groupings are identified on the Self-Scoring Matrix in blue boxes under the Element section. For example Group 1A
currently consists of 2.4.2.2 thru 2.4.2.9. The values under the Max Possible Points are incorrect and will be revised.
beta.sam.gov, RFI Update Question 2
The question is meant to address requirements management, not network performance.
General
General
Attachment 5 para 2.3.1.5
The question states; "Please explain how to have full visibility of overall enterprise IT services requirements and
their performance and efficiencies." Is this question referring to the requirements management, or network
performance? Is contractor labor included as an IT service requirement?
Will the Government provide a list of hardware and software components for the existing infrastructure
comparable to the storage and data center list already provided? Would like not just a list but versions and
number of instances as well.
Similar to above, will the Government provide details on the legacy systems that will be in scope?
Does the Govt have an ITSM tool suite that is in use today ; if yes, what is the suite and can the license be
ported over to span the Enterprise?
2.3.3.1 states KTR shall ensure personnel possess a PMP certification. Please clarify which specific LCATs
required this certification. As written this could be interpreted as every person must have it.
2.3.3.2 states KTR shall ensure personnel have experience in the following: Please clarify which LCATs requires
which specific experience. As written it can be interpreted that every LCAT have the listed experience.
PWS ITSS TO, Section 2.3.3, page 24
Program Manager of the Vendor and assigned Project Managers at the unit level
Attachment 7, Pricing Strategies, 1.0
The Government states its intention to award task orders with a combination of fixed price labor CLINs and cost
reimbursable CLINs for travel and other labor related costs. Is the Government intention to use a fixed price
labor CLIN based upon a documented Level of Effort to be delivered each month?
No, LOE is not anticipated. The Governments intent is for offerors to propose fixed price CLINs for performance of the PWS in
its entirety, notwithstanding the inclusion of cost reimbursable CLINs for various elements noted previously.
26-Oct-21
Each base has a hardware and software list, specific to the position, with the Enclave Information System Sec Manager.
26-Oct-21
This information will be briefed at Industry Day.
Remedy is the AF ITSM.
Posted to
SAM.gov
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
Attachment 7 - Pricing Strategies, 2.0 ITSS TO Award
& 3.0 Future EITEN Task Order Awards
No. The Government does not intend to utilize cost-plus labor, T&M or fixed LOE CLINs. The Government intends to utilize firm
fixed priced CLINs for all aspects of performance, supplemented by cost reimbursable (no fee) CLINs for predetermined
reimbursable elements identified by the Government.
26-Oct-21
Attachment 8, Draft Section L, EITEN, 2.4.1.2 (2) a.
This concern is noted, and the Government seeks additional feedback regarding this topic at Industry Day.
26-Oct-21
Attachment 8, Draft Section L, EITEN, 2.4.1.2 (4)
Attachment 8, Draft Section L, EITEN, 2.4.1.2 (2) a.
Attachment 8, Draft Section L, EITEN, 2.4.1.2 (2) a.
General
Attachment 5, Table 2
Sam.Gov Contract Opportunity Notification
Attachment 4 PWS
Attachment 7 Pricing strategies
Attachment 8 Draft Section L
Recommend the Government use a cost-plus CLIN or a T&M CLIN with pre-approval for hours over a fixed LOE
vice a fixed price CLIN for direct labor costs. Attachment 7 rightly identifies the several risks inherent to
estimating costs for EITEN. First, the risk associated with accounting for pricing over a 10-year ordering period.
Secondly, there are significant challenges to recruiting and retaining an OCONUS workforce. Thirdly, COVID-19
has impacted supply chains and is putting inflationary pressure on the global economy. Lastly, the variation of
costs across the many possible European locations (i.e., rest of Europe) EITEN will serve. All these reasons will
likely result in large variations in the prices offered by Industry, making a EITEN best value determination more
difficult should the Government proceed with a fixed price labor CLIN.
Category 1 states that if a company establishes a joint venture for this contract, work of either prime may be
utilized . This introduces risk to the Government since the JV will not have actually performed any work and they
are the legal entity responsible for performance including execution that complies with the complexities of TESA,
TUPE, SOFA, etc. We suggest that any use of a JV be limited to where the JV was the legal entity (e.g., CAGE
code) performing the work not the JV members, to ensure the JV has
incorporating Industry feedback since they were answered. The Draft RFP will incorporate more changes than those indicated below.
USAFE-AFAFRICA/A6
European-Wide Information Technology Enterprise Network (EITEN) Support Services
Updated: 27 October 2021 @ 0830 EST
Industry Day - Questions & Answers
#2
Document Ref
Attachment 8 Draft Section L
Will the Government please clarify if a Small Business requirement is anticipated?
Does the Government anticipate releasing a draft Section M?
No Small Business requirement is anticipated IAW FAR 19.000(b).
Yes, a full draft RFP is anticipated.
Question
Answer
Attachment 6: LC Definitions
Documents are in draft and updates are in work. Early copies were sent out to solicit feedback prior to Industry Day.
26-Oct-21
Observation: Some of the LC Definitions are duplicated or not captured on the table of contents. They are:
2.6 Communication Analyst, Intermediate (Duplicate of 2.4)
3.6 Software Engineer III missing from table of contents page (Looks to have been cutoff by page break)
Computer Operations Series: Table of contents number references are misaligned after 5.6 Hardware Specialist
Senior Hardware Installation Technician missing from table of contents
Attachment 9: Self Scoring Matrix
The cumulative max possible points for group 2 of 21,000 appears to be incorrect. When summed the point
value of 2.4.2.12 - 2.4.2.15 is 28,000. Will the Government please clarify the apparent disconnect?
Documents are in draft and updates are in work. Early copies were sent out to solicit feedback prior to Industry Day.
26-Oct-21
Section L: Instructions to Offerors
Self Scoring Matrix
Attachment+8+Industry+Day+DRAFT+Section+L+EITEN
paragraphs 2.7
Attachment+8+Industry+Day+DRAFT+Section+L+EITEN
paragraphs 2.4.2.10
We understand the term Offeror to mean the prime bidder. Would the government consider expanding the
Work Samples and Self Scoring aperture to include the teammates that meet those requirements in addition to
the prime offeror?
Yes. The Government intends to provide a specific definition of "Major Subcontractor" in the solicitation, and outline the
specific listing of scoring criteria in which prime and/or Major Subcontractor/teaming partner experience is acceptable. Some
aspects of the scoring criteria will remain limited to prime contractor experience only.
Can the Government clarify on the Self Scoring template that 2.4.2.9 refers to technical personnel in OCONUS
contracts?
Will allowances, such as lodging, education, etc. for contractor employees be included in the pricing evaluation?
If so, request the Government reconsider as this can result in an uneven representation of capability since many
vendors may avoid these allowances to achieve a much lower price at the expense of adequate staffing and
performance issues in execution.
The Government language states: Of the work samples submitted, the Offeror shall rate itself based on the total
number of contracts where the contractor conducted contract performance at geographically separated
operating sites within the local work area. The local work area is defined as within 100 miles of the primary work
site. Can the Government further clarify if this definition implies a subordinate or operationally dependent
relationship? For example, if a contract may require performance at multiple locations (e.g., AFBs) that are
within 100 miles of each other, but neither operating location is subordinate or tied to the other such as
Hurlburt Field and Eglin AFB, or Nellis AFB and Creech AFB.
Yes, 2.4.2.9 is intended to read "OCONUS contracts"
No, the Government intends to provide plug numbers for all cost reimbursable elements in the initial task order evaluation.
Furthermore with the HTRO evaluation approach, contractors are expected to price their proposals to perform according to
the contract requirements
The intent of this category is to identify experience for work performed at multiple operating sites (within the defined local
area) that are geographically separated from the main operating location or operating independently from each other, but
within the responsibilities defined in an individual contract. This examines an offeror's experience with staffing, managing,
and executing a contract that supports multiple locations, simultaneously.
Attachment+9+Industry+Day+Self+Scoring+Matrix+EITEN
Will the Government please define/clarify which scoring elements (Attachment 8 2.4.2.1 2.4.2.15) correspond
to each category (Group 1A, 1B, 2)?
The groupings are identified on the Self-Scoring Matrix in blue boxes under the Element section. For example Group 1A
currently consists of 2.4.2.2 thru 2.4.2.9. The values under the Max Possible Points are incorrect and will be revised.
beta.sam.gov, RFI Update Question 2
The question is meant to address requirements management, not network performance.
General
General
Attachment 5 para 2.3.1.5
The question states; "Please explain how to have full visibility of overall enterprise IT services requirements and
their performance and efficiencies." Is this question referring to the requirements management, or network
performance? Is contractor labor included as an IT service requirement?
Will the Government provide a list of hardware and software components for the existing infrastructure
comparable to the storage and data center list already provided? Would like not just a list but versions and
number of instances as well.
Similar to above, will the Government provide details on the legacy systems that will be in scope?
Does the Govt have an ITSM tool suite that is in use today ; if yes, what is the suite and can the license be
ported over to span the Enterprise?
2.3.3.1 states KTR shall ensure personnel possess a PMP certification. Please clarify which specific LCATs
required this certification. As written this could be interpreted as every person must have it.
2.3.3.2 states KTR shall ensure personnel have experience in the following: Please clarify which LCATs requires
which specific experience. As written it can be interpreted that every LCAT have the listed experience.
PWS ITSS TO, Section 2.3.3, page 24
Program Manager of the Vendor and assigned Project Managers at the unit level
Attachment 7, Pricing Strategies, 1.0
The Government states its intention to award task orders with a combination of fixed price labor CLINs and cost
reimbursable CLINs for travel and other labor related costs. Is the Government intention to use a fixed price
labor CLIN based upon a documented Level of Effort to be delivered each month?
No, LOE is not anticipated. The Governments intent is for offerors to propose fixed price CLINs for performance of the PWS in
its entirety, notwithstanding the inclusion of cost reimbursable CLINs for various elements noted previously.
26-Oct-21
Each base has a hardware and software list, specific to the position, with the Enclave Information System Sec Manager.
26-Oct-21
This information will be briefed at Industry Day.
Remedy is the AF ITSM.
Posted to
SAM.gov
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
26-Oct-21
Attachment 7 - Pricing Strategies, 2.0 ITSS TO Award
& 3.0 Future EITEN Task Order Awards
No. The Government does not intend to utilize cost-plus labor, T&M or fixed LOE CLINs. The Government intends to utilize firm
fixed priced CLINs for all aspects of performance, supplemented by cost reimbursable (no fee) CLINs for predetermined
reimbursable elements identified by the Government.
26-Oct-21
Attachment 8, Draft Section L, EITEN, 2.4.1.2 (2) a.
This concern is noted, and the Government seeks additional feedback regarding this topic at Industry Day.
26-Oct-21
Attachment 8, Draft Section L, EITEN, 2.4.1.2 (4)
Attachment 8, Draft Section L, EITEN, 2.4.1.2 (2) a.
Attachment 8, Draft Section L, EITEN, 2.4.1.2 (2) a.
General
Attachment 5, Table 2
Sam.Gov Contract Opportunity Notification
Attachment 4 PWS
Attachment 7 Pricing strategies
Attachment 8 Draft Section L
Recommend the Government use a cost-plus CLIN or a T&M CLIN with pre-approval for hours over a fixed LOE
vice a fixed price CLIN for direct labor costs. Attachment 7 rightly identifies the several risks inherent to
estimating costs for EITEN. First, the risk associated with accounting for pricing over a 10-year ordering period.
Secondly, there are significant challenges to recruiting and retaining an OCONUS workforce. Thirdly, COVID-19
has impacted supply chains and is putting inflationary pressure on the global economy. Lastly, the variation of
costs across the many possible European locations (i.e., rest of Europe) EITEN will serve. All these reasons will
likely result in large variations in the prices offered by Industry, making a EITEN best value determination more
difficult should the Government proceed with a fixed price labor CLIN.
Category 1 states that if a company establishes a joint venture for this contract, work of either prime may be
utilized . This introduces risk to the Government since the JV will not have actually performed any work and they
are the legal entity responsible for performance including execution that complies with the complexities of TESA,
TUPE, SOFA, etc. We suggest that any use of a JV be limited to where the JV was the legal entity (e.g., CAGE
code) performing the work not the JV members, to ensure the JV has
Show All