DOCUMENT

C2E Virtual Industry Day Q and As.pdf

OVERVIEW

Original Source
Contract Opportunity
Posted
May 12, 2023
Type
.pdf
Size
0.16MB

DOCUMENT PREVIEW

EXTRACTED TEXT

C2E Industry Day General Session Q&As (21 March 2023)

Firm Questions

Government Answers

Will you have a certain amount of C2E ceiling for decentralized ordering and will you
have any project cost thresholds for installations executing through decentralized
ordering?

The Comprehensive Construction & Engineering (C2E) ceiling accounts for
centralized and decentralized ordering. Currrently, there are no plans to include a
threshold for those projects being executed through decentralized ordering.

Will the recording be provided as well as the slides.

Will there be a sources sought notice for further feedback from industry?

For proposals, what time period do you anticipate as eligible for relevant past
performance five years or other?

You mentioned that there will be a small business pool as well as a large business
pool. What size projects will be set aside for small business,

Will offer us be expected to show in house or team capabilities in all proposed scope
of work aspects anticipated under the contract.

Will all task orders be Firm-Fixed price awards or has Air Force Civil Engineer Center
(AFCEC) contemplated using cost plus or cost reimbursable as an option for
contingency needs?

How will the C2E accomplish selections for task orders? Lowest Price Technically
Acceptable (LPTA), best value, or a combination of some sort?

Are we considering adding the economic price adjustment clause?

Will military family housing be part of the scope for C2E?

Will there still be an emphasis on historic buildings within the scope?

Will CAC cards be provided for program personnel for this effort?

The recording will not be provided due to the size of the file; however, the
PowerPoint presentation has been provided via the SAM.gov notice.
The C2E Team has not yet determined; however, if so, a notice will be
submitted.
The C2E team has not yet determined a definitive time period. However, the
team is considering 7-10 years.
The current anticipated threshold for small-business set asides is $50M for
Continental United States (CONUS) projects. This would mean that, projects
above $50M, CONUS or Outside the Continental United States (OCONUS),
would be open to any firm under C2E to propose.
The Government C2E team has not yet determined the approach for evaluation
and selection of offers, including pricing methodology or number of awards.
This information will be shared with industry as soon as it is available.

The Government C2E is currently evaluating the potential inclusion of cost-type
Contract Line Item Numbers (CLINs) in the basic contractor to provide
flexibility for more difficult to define requirements at the task order level.
However, firms would be required to have an adequate accounting system.
Best value is not an actual selection method; however, it is a range of methods
that exist, such as trade-offs or partial trade-offs or lowest price technically
acceptable. Those are all available methods to the Government under the best
value umbrella. The method chosen for evaluating task orders will be decided at
the task order level, not by the Government C2E team.
The Government C2E is discussing the possible inclusion of the economic price
adjustment clause.
Military family housing does not fall under the C2E scope.
The C2E scope will include historic facility projects; however, we can't
determine the amount of those projects in this early stage.

The issuance of Common Access Card (CAC) cards is dependent on the location
of the work and the organization handling the contracting. CACs should be tied
to a specific project and the expected Period of Performance (PoP).

Virtual Comprehensive Construction & Engineering (C2E) Industry Day One-on-One Session Q&As

Firm Questions

(21-29 March 2023)

Will the Government utilize regional or national experience as an evaluation criteria?
Will the Government require firms to have historic facility experience or more generic renovation
experience as apart of the selection criteria?

Will there be a limit established to prevent a Mentor Protg/Joint Venture (JV) from individually
bidding or from being awarded outside of the Mentor Protg program?

Will there be a requirement for firms to hold facility clearance to accomplish secure construction
projects?

Firms understand this contract vehicle will have a Contiguous United States (CONUS)/Outside the
Continental U.S. (OCONUS) component, will there be separate pools? Also, what will be the approach
to CONUS and OCONUS?

Will there be a cost type Contract Line Item Number (CLIN) for this contract vehicle?

Will a DD 254, Contract Security Classification Specification be issued?

Will the Request for Proposal (RFP)/Request for Qualification (RFQ) be one-step or two-step or sample
pricing?

Does the Government anticipate firms being required to show overseas work experience to qualify?

During the evaluation, will the Government allow teaming partners (subsidiaries/affiliate) past
performance experience to be included in the evaluation.

What timeframe of experience for past performance will be utilized? (5 yrs., 5+yrs, 7yrs, 7-10 yrs.)

Will every qualified firm win an award for Government or will you limit the number of firms?

Will the Government consider for tribally owned firms the use of partner qualifications or sister
company qualifications during evaluations?

If there are design-build projects task orders, will firms be required to partner with an A-E firm when a
firm submits a proposal a year from now?
When will the draft RFP be released?

Will CONUS/OCONUS past performance be also a requirement for this Indefinite Delivery Indefinite
Quanity (IDIQ)? And will OCONUS experience be weighed equally to the CONUS experience?
Will past performance on a military installation not carry significant weight or will scope be more
relevant?
Does the Government believes this contract vehicle will be awarded prior to the Regional Engineering &
Construction (RE&C) expiring (Nov 2024)?

Will firms have the opportunity to provide comments to the Government when the RFP is posted?

Has the Government thought about utilizing a sub-default insurance (SDI) program?

What were the limitations to the team the prompted a national strategy vs regional strategy?

Will Government have a full and open pool and will you prefer current incumbents over new firms?

How will the Task Order (TO) be set up?

Government Answers
The Government has not yet determined the evaluation criteria, including pricing methodology
and number of awards. This information will be shared with industry as soon as it is available.
The Government has not yet determined the evaluation criteria, including pricing methodology
and number of awards. This information will be shared with industry as soon as it is available.
The Government has not determined how many awards will be made and whether or not firms
will be able to receive more than one award based on a Mentor Protege/Joint Venture (JV)
relationship. The Government will continue to execute market research to make a final
determination.
Based on the most current information the Government has, firms will not need to hold a facility
clearance to obtain a basic contract award. However, individual orders may require security
clearances for the firm or personnel involved in the specific project. Likewise, orders issued
under a decentralized process may include requirements of specific organizations or agencies
that require security clearances.
The contemplated approach is to have work under $50M that is within Contintenal United States
(CONUS) be set aside for small business. Work over $50M and/or Outside the Contintental
United States (OCONUS) will be available for full and open competition. The Government team
is continuing to explore this approach and threshold during market research.
The Government is considering incorporation of Cost type Contract Line Item Number (CLINs)
in the basic contract for flexibility at the task order level for requirements that are more difficult
to define. As a reminder, incorporation of cost type CLINs require firms to have an adequate
accounting system

This contract vehicle will allow for decentralized ordering by other Department of Air Force
units. As a result, the specific task order requirements may dictate the need for a DD254.
The Government has not yet determined the approach for evaluation and selection of offers,
including pricing methodology or number of awards. This information will be shared with
industry as soon as it is available.
The Government has not yet determined the approach for evaluation and selection of offers,
including pricing methodology or number of awards. This information will be shared with
industry as soon as it is available.
The Government has not yet determined the approach for evaluation and selection of offers,
including pricing methodology or number of awards. This information will be shared with
industry as soon as it is available.
The Government will potentially allow firms to utilize 7-10 yrs. of past performance. The exact
timeframe will be established as the Government team develops evaluation criteria.
The Government has not yet determined the approach for evaluation and selection of offers,
including pricing methodology or number of awards. This information will be shared with
industry as soon as it is available.
The Government has not yet determined the approach for evaluation and selection of offers,
including pricing methodology or number of awards. This information will be shared with
industry as soon as it is available.
The Government has not yet determined the approach for evaluation and selection of offers,
including pricing methodology or number of awards. This information will be shared with
industry as soon