Enterprise Infrastructure Solutions (EIS)

Request for Proposals

Section L

Instructions, Conditions, and Notices to Offerors or Respondents

 

 

Issued by:

General Services Administration

Office of Integrated Technology Services

1800 F St NW

Washington, DC 20405

 

 

 

October 2015


 

Table of Contents

L.1 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)

L.2 52.211-3 Availability of Specifications Not Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions (JUN 1988)

L.3 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Alternate IV) (OCT 2010)

L.4 52.216-1 Type of Contract (APR 1984)

L.5 52.216-29 Time-and-Materials/Labor-Hour Proposal Requirements-Non-Commercial Item Acquisition with Adequate Price Competition (FEB 2007)

L.6 52.233-2 Service of Protest (SEP 2006)

L.7 Notice of Supply Chain Risk

L.8 Exceptions

L.9 Assumptions and Conditions

L.10 Point of Contact Information

L.11 552.239-70 Information Technology Security Plan and Security Authorization (Jun 2011)

L.12 Small Business Teaming Arrangement

L.13 Modifications to Proposals

L.14 Reserved

L.15 Data to Support Proposal Analysis

L.16 Delivery of Proposals

L.17 Proposal Due Date

L.18 Solicitation Questions

L.19 Disposition of Unclassified Drawings and Specifications

L.20 Minimum Acceptance Period

L.21 Proposal Preparation Costs

L.22 Abbreviation and Acronym Definitions List

L.23 Reserved

L.24 Disposition of Proposals

L.25 Authorized Official and Submission of Proposal

L.26 Offeror Performance Information

L.27 General Proposal Instructions

L.27.1 Contents of Proposals Table

L.27.2 Contents of Proposal Volumes Table

L.27.3 Submission Requirements (Electronic)

L.27.3.1 Multimedia Files

L.28 Detailed Proposal Instructions

L.29 Technical Volume

L.29.1 Network Architecture

L.29.2 Technical Response

L.29.2.1 EIS Services

L.29.2.2 Information Security

L.29.2.3 External Traffic Routing Requirement

L.29.2.4 Technical Evaluation Matrices

L.30 Management Volume

L.30.1 Management Response

L.30.2 Management Volume Documents

L.30.2.1 Program Management Plan (Section G.9.4)

L.30.2.2 SCRM Plan

L.30.2.3 Draft BSS Verification Test Plan (Section E.2.1)

L.30.2.4 EIS Services Verification Test Plan (Section E.2.2)

L.30.2.5 Climate Risk Management Plan (Section G.12)

L.30.2.6 Financial Status Report (Sample) (Section G.9.5)

L.30.2.7 BSS Risk Management Framework Plan (G.5.6)

L.30.2.8 NS/EP Functional Requirements Implementation Plan (Sections G.11.1-G.11.3)

L.31 Past Performance Volume

L.31.1 Past Performance Response

L.32 Business Volume

L.32.1 Standard Form 33

L.32.2 Representations and Certifications

L.32.3 Small Business Teaming Arrangement / Contractor Teaming Arrangement Agreements (if applicable)

L.32.4 Proposal Amendment Acknowledgement

L.33 Subcontracting Volume

L.33.1 Subcontracting Plan and Subcontracting Participation

L.33.1.1 552.219-72 Preparation, Submission, and Negotiation of Subcontracting Plans.

L.33.1.2 552.219-73 Goals for Subcontracting Plan Alternate 1 (SEPT 1999)

L.33.1.3 EIS Small Business Subcontracting Target Goals Table

L.33.2 Subcontracting History

L.34 Price Volume

L.34.1 Price Response

L.34.1.1 Termination/Cancellation Liability

L.34.2 Pricing Data

L.34.3 Total Evaluated CBSA Price

L.35 Final Submissions

 


L.1 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The Contracting Officer (CO) will make the full text available upon request. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The full text of a solicitation provision may be accessed electronically at these addresses:

FEDERAL ACQUISITION REGULATION

http://acquisition.gov/far/index.html

GENERAL SERVICE ADMINISTRATION ACQUISITION MANUAL

http://www.acquisition.gov/gsam/gsam.html

Provision #

FAR Provision #

Title and Date

L.1.1

52.204-6

Unique Entity Identifier (OCT  2016)

L.1.2

52.204-7

System for Award Management (OCT 2016)

L.1.3

52.204-18

Commercial and Government Entity Code Maintenance (JUL 2016)

L.1.4

52.211-5

Material Requirements (AUG 2000)

L.1.5

52.214-34

Submission of Offers in the English Language (APR 1991)

L.1.6

52.214-35

Submission of Offers in U.S. Currency (APR 1991)

L.1.7

52.215-1

Instructions to Offerors – Competitive Acquisition (Alternate I) (OCT 1997)

L.1.8

52.216-27

Single or Multiple Awards (OCT 1995)

L.1.9

52.222-5

Construction Wage Rate Requirements – Secondary Site of Work (May 2014)

L.1.10

52.222-24

Pre-award On-Site Equal Opportunity Compliance Evaluation (FEB 1999)

L.1.11

52.237-1

Site Visit (APR 1984)

L.1.12

52.237.10

Identification of Uncompensated Overtime (MAR 2015)

 

 

 

 

L.2 52.211-3 Availability of Specifications Not Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions (JUN 1988)

The specifications not listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions cited in this solicitation may be obtained from:

Mr. Timothy Horan

FAS EIS Contracting Officer

1800 F St NW

Washington DC 20405-0001

Telephone (703) 306-6426

Timothy.Horan@gsa.gov

The request should identify the solicitation number and the specification requested by date, title, and number, as cited in the solicitation.

L.3 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Alternate IV) (OCT 2010)

1.    Submission of cost or pricing data is not required.

2.    Provide data described below:

The offeror shall provide access to records necessary and sufficient to permit an adequate evaluation of the proposed price in accordance with FAR Part 15.403-3. If, after receipt of offers, the CO concludes that there is insufficient information available to determine price reasonableness on any price submitted in response to this Request for Proposal (RFP), then additional data other than cost data shall be made available by the offeror upon request; and if none of the exceptions applies then cost or pricing data shall be supplied.

L.4 52.216-1 Type of Contract (APR 1984)

The government contemplates award of one or more Indefinite Delivery Indefinite Quantity (IDIQ), fixed-price, and time-and-materials with economic price adjustment contracts resulting from this solicitation.

L.5 52.216-29 Time-and-Materials/Labor-Hour Proposal Requirements-Non-Commercial Item Acquisition with Adequate Price Competition (FEB 2007)

1.    The government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this solicitation.

2.    The offeror must specify fixed hourly rates in its offer that include wages,  overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by—

a)    The offeror;

b)    Subcontractors; and/or

c)    Divisions, subsidiaries, or affiliates of the offeror under a common control.

3.    The offeror must establish fixed hourly rates using—

a)    Separate rates for each category of labor to be performed by each subcontractor and for each category of labor to be performed by the offeror, and for each category of labor to be transferred between divisions, subsidiaries, or affiliates of the offeror under a common control;

b)    Blended rates for each category of labor to be performed by the offeror, including labor transferred between divisions, subsidiaries, or affiliates of the offeror under a common control, and all subcontractors; or

c)    Any combination of separate and blended rates for each category of labor to be performed by the offeror, affiliates of the offeror under a common control, and subcontractors.

L.6 52.233-2 Service of Protest (SEP 2006)

1.    Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the CO by obtaining written and dated acknowledgment of receipt from the CO at the address listed in Block 7 on Standard Form 33.

2.    The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

L.7 Notice of Supply Chain Risk

1.    Definitions. “Supply chain risk,” as used in this provision, means the risk that an adversary may sabotage, maliciously introduce unwanted function, or otherwise subvert the design, integrity, manufacturing, production, distribution, installation, operation, or maintenance of a national security system (as that term is defined at 44 U.S.C. 3542(b)) so as to surveil, deny, disrupt, or otherwise degrade the function, use, or operation of such system.

2.    In order to manage supply chain risk, the government may consider information, public and non-public, including all-source intelligence, relating to an offeror and its supply chain.

L.8 Exceptions

Any exceptions taken to the requirements, clauses, provisions or terms and conditions of the RFP must be submitted in writing to the government prior to the submission of offers. The offeror shall identify each requirement, clause, provision or term and condition for which exceptions and/or deviations are requested. Each exception and/or deviation identified must be fully explained including sufficient justification as to technical problems, cost savings, and/or benefits to the government so that the government can thoroughly evaluate the offeror’s input and determine if it is in the best interest of the government to amend the RFP. If the offeror’s explanation is not acceptable to the government, the exception and/or deviation will not be allowed and the RFP shall not be amended.

NO EXCEPTIONS AND/OR DEVIATIONS SHALL BE ACCEPTED AFTER THE CLOSING DATE OF THE RFP. ANY PROPOSAL CONTAINING EXCEPTIONS AND/OR DEVIATIONS MAY BE DETERMINED UNACCEPTABLE AND REMOVED FROM FURTHER CONSIDERATION.

L.9 Assumptions and Conditions

All assumptions and/or conditions must be listed and discussed. The area of the RFP affected by the assumption and/or condition must also be identified. The resolution for each must be thoroughly detailed and documented.

If the assumption or condition simply restates or agrees with the terms and conditions of the RFP, the Government may waive the requirement for the offeror to provide a detailed resolution.

The government reserves the right to reject any proposal that includes any assumption or condition that is a deviation from the government’s requirements.

L.10 Point of Contact Information

 

Mr. Timothy Horan

FAS EIS Contracting Officer

1800 F St NW

Washington DC 20405-0001

Telephone (703) 306-6426

Timothy.Horan@gsa.gov

 

Dinaira M. Borba

FAS EIS Contract Specialist

1800 F St NW

Washington DC 20405-0001

Telephone (703) 306-6285

Dinaira.Borba@gsa.gov

L.11 552.239-70 Information Technology Security Plan and Security Authorization (Jun 2011)

All offers/bids submitted in response to this solicitation must address the approach for completing the security plan and certification and security authorization requirements as required by the clause at 552.239-71, Security Requirements for Unclassified Information Technology Resources.

L.12 Small Business Teaming Arrangement

Small business prime contractors are encouraged to enter into a Small Business Teaming Arrangement with one or more other small business concerns and submit an offer as a small business. EIS is a consolidated requirement, and for small business teams competing for consolidated requirements SBA provides relaxed affiliation rules that enable small business team members to maintain their small business status. A joint venture or teaming arrangement of two or more business concerns may submit an offer as a small business without regard to affiliation as long as each concern is small under the size standard corresponding to the NAICS code 517110. The Small Business Teaming Arrangement must comply with the applicable limitations on subcontracting provisions and the non-manufacturer rule, if applicable, on all orders issued against the Multiple Award Contract.

Small Business Teaming Arrangement is defined as:

1.    Two or more small business concerns that have formed a joint venture to act as a potential prime contractor.

2.    A potential small business prime contractor agrees with one or more other small business concerns to have them act as its subcontractor(s) under a specified Government contract. A Small Business Teaming Arrangement between a prime and its small business subcontractor(s) must exist through a written agreement between the parties that is specifically referred to as a ‘‘Small Business Teaming Arrangement’’ or ‘‘Small Business Teaming Agreement’’ and which sets forth the different responsibilities, roles, and percentages (or other allocations) of work as it relates to the acquisition.

a)    A Small Business Teaming Arrangement can include two business concerns in a mentor-protégé relationship so long as both the mentor and the protégé are small or the protégé is small and the concerns have received an exception to affiliation.

b)    The agreement must be provided to the CO as part of the proposal with the Business Volume.

L.13 Modifications to Proposals

All proposal revisions/updates shall meet the following criteria:

1.    Submit changes in the same electronic format as required for the initial proposal submission described in Section L.27.3. Electronic revision submissions shall conform to the organization and format requirements for the original submission. For electronic revision submissions, the offeror shall resubmit only the volume that includes the change except for price table changes. All changes must be marked and the offeror is required to identify what has changed by using track changes in Microsoft Word 2007 or newer.

2.    Submit any changed electronic copies of the price tables with a complete update, not just the price(s) that may be changed.

L.14 Reserved

L.15 Data to Support Proposal Analysis

In accordance with FAR 15.404-2, the CO may request field pricing assistance when the pricing information is inadequate to determine a fair and reasonable price.

L.16 Delivery of Proposals

Proposals shall be delivered through the AcquServe Portal as specified in Section L.27.3.

L.17 Proposal Due Date

Proposals are due no later than February 22, 2016, 4:00 PM (Eastern Time Zone).

L.18 Solicitation Questions

The EIS CO is the sole point of contact for all questions under this solicitation. The offeror shall submit questions electronically via the AcquServe Portal. Questions are due by December 7, 2015, 4:00 PM (Eastern Time Zone). The offeror is cautioned not to include its company name with any of the questions. This information will not be redacted from the government’s responses.

Potential offerors are responsible for gaining access to the AcquServe Portal in advance of proposal submission. Questions not submitted via AcquServe Portal will not be answered.

L.19 Disposition of Unclassified Drawings and Specifications

Any drawings, specifications, and other material furnished by the government in connection with this solicitation need not be returned to the government, except as noted.  

L.20 Minimum Acceptance Period

Offerors allowing less than 365 days in the “offer” portion of SF 33 for acceptance by the government may be rejected as unacceptable.

L.21 Proposal Preparation Costs

This RFP does not commit the government to pay any cost for the preparation and submission of a proposal(s) in response to this RFP.

L.22 Abbreviation and Acronym Definitions List

The offeror may provide an abbreviation and acronym definitions list as part of the proposal response. The list will be excluded from the page count.

L.23 Reserved

L.24 Disposition of Proposals

One copy of each proposal will be retained by GSA in accordance with FAR 4.805. No destruction certificate will be issued.

L.25 Authorized Official and Submission of Proposal

A Standard Form (SF) 33, Solicitation, Offer, and Award, completed and signed by the offeror, constitutes the offeror’s acceptance of the terms and conditions of this solicitation. An official authorized to bind the organization shall sign Block 17 of SF33 (page 1 of this solicitation) and complete provision K.2.1 as required.

Offers signed by an agent are to be accompanied by evidence of their authority. For additional information, see Section I, Clause 52.204-8.

If any amendments to the solicitation are issued, the offeror must acknowledge each amendment number and date in Block 14 of the SF33 and as part of the Business Volume.

The Offeror’s Legal Name and Address in Block 15A on the SF33 must match the information for the offeror in the System for Award Management (SAM) system at http:www.sam.gov.

Each offeror shall furnish the information required by the solicitation. The proposal shall be submitted in accordance with Section L.27.3.

Offerors are expected to read the entire solicitation. Failure to do so shall be at the offeror’s own risk.

Each response to this solicitation shall consist of six volumes: Technical, Management, Past Performance, Business, Subcontracting, and Price. Each volume shall include the following components:

1.    Submission Matrix. The offeror shall complete the submission matrix in its entirety via AcquServe.  A copy of the matrix is in Section J.19.

2.    Cover Page. Each volume’s cover page shall include the offeror’s name, solicitation number, volume name, date, and revision number if appropriate.

3.    Table of Contents. Each volume shall include a table of contents.

4.    Information Requested in the Volume Instructions. The RFP provides these instructions for the Technical Volume in Section L.29, for the Management Volume in Section L.30, for the Past Performance Volume in Section L.31, for the Business Volume in Section L.32, Subcontracting in Section L.33 and for the Price Volume in Section L.34.

L.26 Offeror Performance Information

The offeror is advised that the government will use the Past Performance Information Retrieval System (PPIRS) database as one source of information in assessing past performance under this solicitation. PPIRS can be accessed at: http://www.ppirs.gov/default.htm. The offeror may view its own data. In order to access the information in PPIRS, the offeror must register in the System for Award Management (SAM) system and must have created a Marketing Partner Identification Number (MPIN) in the SAM profile. The offeror shall go to the SAM web site at: http://www.sam.gov/ to register for the first time or update its information profile to indicate a past performance Point of Contact.

L.27 General Proposal Instructions

The purpose of this section is to specify the general requirements for the contents of proposals. The proposal shall be submitted in electronic media through the AcquServe Portal. The specific requirements for the general proposal contents are presented in the following sections. The offeror shall submit a proposal that addresses the mandatory services identified in Section C. In addition, the offeror may propose one or more of the optional services identified in Section C. The offeror shall indicate which optional services it is offering through the “Optional Services” indicator tool described in the AcquServe Portal User Instructions.

The offeror shall not include classified material in its submission.

The proposal shall be submitted and uploaded in separate volumes as shown in Table L.27.1.

L.27.1 Contents of Proposals Table

Volume Number

Proposal Volumes

1

Technical

2

Management

3

Past Performance

4

Business

5

Subcontracting

6

Price

 

Each proposal volume shall be limited to the maximum number of pages shown in Table L.27.2. Page counts shown for the Technical and Management volumes apply to both mandatory and optional services. Page counts do not apply to the Submission Matrix, cover page, table of contents, assumptions and conditions, abbreviation and acronym definitions list, Financial Status Report (Sample), Subcontracting Plan, Official List Price (OLP) verification documentation for catalog items, or the price tables that must be submitted with the offeror’s proposal.

L.27.2 Contents of Proposal Volumes Table

Volume Number

Volume Name

Maximum Pages

1

Technical Volume

   1) Network Architecture & Technical Response                               

   2) Risk Management Framework Plan

   3) MTIPS Risk Management Framework Plan (if

       applicable)

  

 

250 (Including Optional Services)

50

50

 

 

2

Management Volume 

   1) Management Response                               

   2) Program Management Plan

   3) SCRM Plan

   4) Draft BSS Verification Test Plan

   5) EIS Verification Test Plan 

  

   6) Climate Risk Management Plan

   7) Financial Status Report (Sample)

   8) BSS Risk Management Framework  Plan

   9) NS/EP Functional Requirements        

       Implementation Plan

 

 

100

75

25

50

50

 

25

Unlimited

50

20

 

 

3

Past Performance Volume  

1)     Past Performance References

 

 

6

 

4

Business Volume  

1)     Entire Business Volume Response

 

 

50

 

5

Subcontracting Volume

   1) Subcontracting Plan

   2) Subcontracting History

  

 

Unlimited

20

 

6

Price Volume

   1) Price Response

   2) Price Tables

   3) OLP Documentation for Catalog Items

   4) Error Checker Explanation

 

40

Unlimited

Unlimited

Unlimited

 

The requirements for each of these volumes are set forth in this section; detailed instructions are provided in Sections L.28L.35. Failure to follow the instructions may result in the offeror’s proposal being removed from consideration.

The following format requirements apply for each proposal volume:

1.    Microsoft Word 2007 or newer, standard letter size 8.5 x 11 inches, one (1) inch margins and font type Arial with a size standard of no smaller than 12 pt in narrative and not less than Arial 8 pt font in tables. (Font size does not apply to company logos, cover page, table of contents, assumptions and conditions, abbreviations and acronyms table, legends, footers and headers, section titles, and figures).The maximum number of pages for each volume is based on the assumed use of standard 8.5 x 11 inch sheets. No embedding of files within the proposal files is permitted. Information provided via external links will not be considered.  No other file formats shall be accepted with the following exceptions: PDFs for the signed SF30s,  the SF33 as required by Section L.25, copies of the CPARs/eSRS reports as required by Section L.33.2 Subcontracting History, signed CTAs/SBTAs, and the SB Template. In addition, OLP Documentation for Catalog Items may be submitted in PDF format as long as those PDF document files are digitally created PDF files, not image-only PDF files (i.e., the PDF files must be text-searchable).  PDF files do not need to be in the format specified above for Word. 

2.    The following are the only pages that shall not be included in computing the maximum number of pages:

a)    Cover Page, provided no proposal information appears

b)    Table of Contents

c)    List of Tables

d)    List of Figures

e)    Pages intentionally left blank

f)      Price tables

g)    Following Documents:

                        i.         Financial Status Report (Sample) as required in Section L.30.1

                       ii.         The Subcontracting Plan as required in Section L.33.1.

                      iii.         Assumptions and Conditions as described in L.9.

                     iv.         Abbreviation and Acronym Definitions List per Section L.22.

 

3.    Each page shall conform to the following:

a)    Page Margin – Each page shall have the following margins:

                                 i.      Top and Bottom: 1.0 inch

                                ii.      Left and Right: 1.0 inch

                               iii.      Header and Footer: 0.5 inch

Margin restrictions do not apply to cover pages, SF30s and the SF33, government templates, CTAs/SBTAs, CPARS and eSRS reports, and figures.

b)    Font - see font restrictions in item 1 above.

c)    Spacing – All volumes shall have line spacing of one-and-a-half. Line spacing does not apply to cover pages, table of contents, the SF33, SF30s, government templates, CTAs/SBTAs, CPARs/eSRS reports, and figures.

L.27.3 Submission Requirements (Electronic)

The offeror shall submit all proposal components electronically via the AcquServe Portal. See Section L.34 for specific submission requirements for the Price Volume. Instructions on how to access the system are identified in the AcquServe Access Guide located in Section J.16.1. Once the offeror has access to the system, detailed proposal instructions will be available for download within AcquServe.

The file names shall identify the offeror’s name, volume name, date, sequence number (for multiple files), and revision number (if appropriate).

Any proposal submitted after the due date and time specified in block 9 of the SF33 is late and shall not be considered. The government will strictly observe FAR 52.215-1(c)(3)(ii) and (iii) for determining timeliness of proposal submissions. The AcquServe Portal is the “initial point of entry to the Government infrastructure” as envisioned by FAR 52.215-1(c)(3)(ii).

L.27.3.1 Multimedia Files

No multimedia files (e.g., QuickTime or Windows Media Player) will be accepted.

L.28 Detailed Proposal Instructions

This section provides detailed instructions for preparing proposals to offer mandatory services and, if offered, optional services. Mandatory and optional services are identified in Section C.

The proposal shall contain six volumes:  1) Technical, 2) Management, 3) Past Performance, 4) Business, 5) Subcontracting, and 6) Price. The instructions for preparing these volumes are provided in Sections L.29 through L.35.

Each volume shall be separate and complete in itself. The offeror shall present information in each volume in sufficient detail to enable an evaluator with a general professional expertise in the area of interest to thoroughly understand the response to this solicitation. The detail shall be sufficient that no reference to other volumes of the proposal or to non-proposal material is required to understand the offeror’s response. This includes links to external data. The proposal shall clearly demonstrate the offeror’s ability to perform the services in accordance with the government’s requirements.

L.29 Technical Volume

The offeror shall prepare its Technical Volume to address all mandatory service requirements specified in this RFP and the requirements of any optional services that are offered.

If optional services are offered, all of the technical requirements pertaining to those optional services are mandatory unless otherwise stated.

The Technical Volume of the proposal shall conform to the following:

1.    Network Architecture.

2.    Technical Response to requirements for:

a)    All mandatory EIS Services as listed in Section C.1.2

b)    Any optional EIS Services as listed in Section C.1.8.1

c)    Traffic identification and routing policy as identifed in Section C.1.8.8 sub-paragraph 3

3.    Technical Volume documents to be addressed separately:

a)    Risk Management Framework Plan as identified in Section C.1.8.7 System Security Requirements

b)    If MTIPS (Section C.2.8.4) is offered, MTIPS Risk Management Framework Plan as identified in Section C.2.8.4.5

c)    Technical Evaluation Matrices within the Submission Matrix (Section J.19)

L.29.1 Network Architecture

The offeror shall provide a description of its proposed network architecture that clearly articulates how the architecture will support all offered services to address the following:

          A. Understanding

          B. Quality of Services

          C. Service Coverage (for CBSA-dependent services)

          D. Security

L.29.2 Technical Response

L.29.2.1 EIS Services

For each of the EIS services that the offeror proposes, the offeror shall describe and explain how it will provide the proposed services and features, including how they will be provided architecturally and technically (referencing the network architecture description provided in Section L.29.1), and shall identify their solutions for the following areas (as defined in Section M.2.1) for each proposed service:

          A. Understanding

          B. Quality of Services

          C. Service Coverage (for CBSA-dependent services)

          D. Security

For each proposed service, the offeror shall specifically address the following items as applicable:

·       Service and Functional Description: The offeror shall identify the proposed solution and define any proprietary technology.

·       Standards: The offeror shall state that it will comply with all listed standards.

·       Connectivity: The offeror shall state that it will comply with all listed connectivity instances with accompanying description as necessary.

·       Technical Capabilities: The offeror shall clearly articulate how it proposes to meet or exceed each of the listed technical capabilities as specified for that service.

·       Features: The offeror shall clearly articulate how it proposes to meet or exceed each of the listed technical capabilities as specified for that service.

·       Interfaces: The offeror shall state that the proposed service is compatible with listed interfaces for that service.

·       Performance Metrics: The offeror shall state that it will meet each of the listed Key Performance Indicators (KPIs) and if applicable identify where it will exceed the stated KPIs.

All mandatory services must be addressed. For optional services, the offeror must address all requirements listed as mandatory within each optional service.

L.29.2.2 Information Security

The offeror shall address in the Risk Management Framework Plan how it will ensure the delivery of system security for the EIS services as specified in Section C.1.8.7. If MTIPS is proposed, the offeror shall identify how it will address system security (as specified in Section C.2.8.4.5) in its MTIPS Risk Management Framework Plan.

L.29.2.3 External Traffic Routing Requirement

The offeror is not required to have established infrastructure supporting the National Policy requirements described in Section C.1.8.8 in order to respond to the EIS RFP. However, the offeror shall provide a detailed technical description of how it will accomplish the design, implementation, and operation of its aggregation service that addresses, at a minimum, the following items sufficiently to establish and demonstrate the technical viability of the offeror's aggregation service:

1.    Methodology for identifying the offeror's participating agency traffic for each affected service.

2.    Anticipated technical approach, for each affected service, to redirect all participating agency Internet, Extranet, and inter-agency traffic to DHS EINSTEIN Enclaves, receive processed traffic from GFP within the DHS EINSTEIN Enclave, and deliver traffic to its final destination. Descriptions shall include locations of major POPs and Enclaves, transport types and speeds, diversity, number of hops and delays per hop.

3.    Technical approach to notify DHS if any non-participating agency traffic (IPv4, IPv6, etc.) will be redirected through DHS EINSTEIN Enclaves.

4.    Control mechanisms the offeror will use to ensure that the identification and redirection of participating agency traffic cannot be inadvertently or maliciously by-passed.

5.    Sensing and control mechanisms the offeror will use to ensure the redirection of traffic is failsafe (no disruption of participating agency services) should failures occur with DHS GFP.

6.    Location of the offeror's existing or planned ANSI/TIA-942 and ICD 705 certified facilities that can serve as DHS EINSTEIN Enclaves capable of hosting DHS GFP at or near appropriate traffic-access locations.

7.    Availability of TS/SCI-cleared personnel for "smart-hands" service of DHS-supplied equipment.

8.    Instrumentation to measure transport SLA KPIs (as if traffic passes through loopbacks in EINSTEIN Enclaves with no impact within DHS GFP being counted against the offeror’s performance).

L.29.2.4 Technical Evaluation Matrices

The offeror shall populate and identify the exact sections in the offeror’s proposal that address each of the proposed services by completing its proposal input in AcquServe, using the EIS Submission Matrix tool. This will be the process for the offeror to provide information requested in Vol 1, Vol 1a and Vol 1b in the EIS Submission Matrix workbook (see Attachment J.19).

L.30 Management Volume

The offeror shall prepare its Management Volume response to address the management approach, techniques, and tools that the offeror will use to meet all requirements specified in Section G: Contract Administration Data, Section E: Inspection and Acceptance, and Section J.2 Contractor Data Interaction Plan.

The Management Volume of the proposal shall conform to the following.

Management Volume Response to include:

1.    Management Response to requirements for Section G: Contract Administration Data

2.    Management Response to requirements for Section E: Inspection and Acceptance

3.    Management Response to requirements for Section J.2 Contractor Data Interaction Plan

Management Volume Documents to be addressed separately:

·       Program Management Plan (PMP)

·       SCRM Plan

·       Draft BSS Verification Test Plan (BSS Test Plan)

·       EIS Services Verification Test Plan (EIS Test Plan)

·       Climate Risk Management Plan

·       Financial Status Report (Sample)

·       BSS Risk Management Framework Plan

·       NS/EP Functional Requirements Implementation Plan

L.30.1 Management Response

The offeror’s response shall:

1.    Address the following requirements as specified in Section G: Contract Administration Data:

a)    Describe the offeror’s approach and capability to provide user-friendly, compliant and efficient support systems, including: Ordering, Billing, Business Support Systems, Customer Support Office and Technical Support, Trouble Ticket Management, Inventory Management, Service Level Management, and Training.

b)    Describe the offeror’s capability to provide customers with web-based access to support systems.

2.    Describe the offeror’s capability to comply with the requirements in Section E: Inspection and Acceptance.

3.    Describe the offeror’s capability to comply with Section J.2 Contractor Data Interaction Plan.

L.30.2 Management Volume Documents

L.30.2.1 Program Management Plan (Section G.9.4)

The offeror shall submit with its proposal a Program Management Plan (PMP) that details its program management method and implementation plan at a level sufficient to give the government an understanding of the program management approach. The PMP shall address, at a minimum, but is not limited to the following:

1.    Summary of contract management requirements, including government dependencies and assumptions regarding government services, facilities, and personnel.

2.    Summary description of service solution, including methodology to comply with Service Ordering, Billing, Inventory Management, and Service Management requirements.

3.    Draft program management schedule.

4.    Draft transition management approach; the offeror shall describe its approach to the project management of transition, including the offeror’s project management process, procedures, and tools to meet the transition requirements of Section C.3. The transition section shall address the following areas as well as additional areas proposed by the offeror:

a)    Transition Project Management. The offeror shall address the billing, service ordering, trouble reporting, and customer service processes that are unique for transitioning onto EIS as well as transitioning off EIS, including specifically discussing how the offeror will expedite transition when it is also the incumbent service provider. The offeror shall describe how it will coordinate with other incumbent providers to ensure a smooth, successful, and timely transition. The offeror shall identify and assess the major transition risks and propose a response to each.

b)    Agency Solicitations. The offeror shall describe its approach to assisting agencies with selecting new or enhanced services to replace services on expiring contracts. The offeror shall identify in the Transition Management Approachincentives, if any, it will offer agencies to expedite transition.

c)    Customer Support During Transition. The offeror shall describe and provide an outline for any transition handbooks or guides it will make available to customers and indicate the target date for publication.

d)    Interconnection Plan. The offeror shall describe the interconnection arrangements between the incumbent contractor’s network and the EIS networks during the transition, including the interconnection arrangements with local exchange carriers, the IXCs, and government private networks. The offeror shall describe any interconnections with other service providers, including other operating units within the offeror’s company, such as wholesale services known or expected to be required to transition services, and shall describe the potential impact to customers’ operations.

e)    Transition Contingency Plan. The offeror shall describe how service will be restored if unforeseen difficulties are encountered at any stage of the transition. 

5.    Resource plan: providing a management approach to:

a)    Financial Resources: budgeting, tracking, and controlling costs

b)    Human Resources: identifying and retaining qualified personnel and making effective use of their skills

c)    Equipment: managing hardware and software assets

6.    Quality Control Program: Management approach to formulating and enforcing work and quality standards, ensuring compliance with contractual Service Level Agreements (SLAs), reviewing work in progress, and providing customer support services.

7.    Key Personnel and Organizational Structure: Management structure, organizations, and roles and responsibilities of each component that performs work under the contract, and key personnel and corporate structure, as defined in Section H.10 Key Personnel and Corporate Structure.

8.    Risk Management: Process for identifying program risks, including risks identified in the contract and actions to mitigate them.

9.    Information Systems: Description of the BSS employed to implement the requirements of the contract consistent with security plans to prevent unauthorized access to the government’s data, or access by an agency to data belonging to any other agency. Describe how the offeror shall ensure those systems are available to meet the requirements of Business Support Systems (see Section G.5).

L.30.2.2 SCRM Plan

The offeror shall include a SCRM Plan (see Section G.6.3) with its proposal that addresses counterfeit and illegally modified products. The SCRM plan shall describe the offeror’s approach to SCRM and demonstrate how the offeror’s approach will reduce and mitigate supply chain risks.

The offeror shall provide a SCRM plan to manage supply chain risk throughout each of the five (5) supply chain phases specified in its proposal:

1)    Design and engineering

2)    Manufacturing and assembly

3)    Distribution and warehousing

4)    Operations and support

5)    Disposal and return.

In addition to the components and processes for which the offeror is directly responsible, and as feasible, the offeror shall identify “specified supporting infrastructure beyond the system boundary” and where appropriate, include such infrastructure in its SCRM Plan.

The SCRM Plan shall address at a minimum, but not be limited to, the following:

1.    How the offeror ensures that requirements for genuine Information Technology Tools (ITT) are imposed upon its direct suppliers, whether the direct supplier is a systems integrator, reseller or OEM. The requirements for assurance and supporting evidence include:

a)    The offeror performs reasonable steps to ensure its SCRM Plan is performed for ITT in its delivered and installed configuration.

b)    Equipment resellers from whom the offeror purchases ITT have valid licenses for OEM equipment and software.

c)    The ITT OEM exercises strict quality control to ensure that counterfeit or illegally modified hardware or software components are not incorporated into the OEM product.

d)    The offeror ensures traceability of assurance and evidence of genuineness of ITT back to the licensed product and component OEMs.

2.    The offeror’s use of system security engineering processes in specifying and designing a system that is protected against external threats and against hardware and software vulnerabilities.

3.    The offeror’s strategy for implementing SCRM security requirements throughout the life of the contract. The SCRM plan shall address the security controls (at least SA-12) described in NIST Special Publication 800-53 Revision 4 or the latest publication. Implementation of the controls shall be tailored in scope to the effort and the specific information.

4.    The criticality analysis (CA) process used by the offeror to determine Mission Critical Functions and the protection techniques (countermeasures and sub-countermeasures) used to achieve system protection and mission effectiveness. The CA shall describe the offeror’s supply chain for all critical hardware and software components (and material included in products), key suppliers, and include proof of company ownership and location (on-shore or off-shore) for key suppliers and component manufacturers.

5.    How the offeror will ensure that products and components are not repaired and shipped as new products and components provided to the government.

6.    How the offeror will ensure that supply channels are monitored for counterfeit products throughout the product life cycle to include maintenance and repair.

7.    How the offeror’s physical and logical delivery mechanisms will protect against unauthorized access, exposure of system components, information misuse, unauthorized modification, or redirection.

8.    How the offeror’s operational processes (during maintenance, upgrade, patching, element replacement, or other sustainment activities) and disposal processes will limit opportunities for knowledge exposure, data release, or system compromise.

9.    Which of the following identifies the relationship between the offeror and the manufacturer: 1) OEM, 2) authorized reseller, 3) authorized partner/distributor, or 4) unknown/unidentified source.

10. The offeror’s expressed warranty that the software shall be free from all computer viruses, worms, time-outs, time bombs, back doors, disabling devices and other harmful or malicious code intended to or which may damage, disrupt, inconvenience or permit access to the software user's or another's software, hardware, networks, data or information. The government will only accept standard commerical warranties for Commerical-Off-the-Shelf (COTS) components if they are consistent with clause 52.246.17. In the case of standard commerical warranties that  exceed one year, the government shall receive the additional term(s) of the commerical warranty. 

11. How the offeror will ensure independent verification and validation of assurances, and provide supporting evidence as required.

The offeror shall incorporate the substance of this provision in subcontracts at all tiers where a subcontractor provides personnel, components, or processes identified as 1) a critical component, or 2) part of the offeror’s supporting infrastructure. All subcontractors providing critical components or services shall be identified and required to provide all necessary information to complete the SCRM Plan in association with the offeror. Suppliers of COTS components are considered subcontractors for the contract.

The offeror shall comply with NIST SP 800-161 Supply Chain Risk Management (SCRM) Practices.  The offeror shall update its SCRM Plan to include any future changes to the NIST SCRM Guidelines and all such modifications to the Plan shall be made at no cost to the government. .

L.30.2.3 Draft BSS Verification Test Plan (Section E.2.1)

The offeror shall provide a draft BSS Verification Test Plan (BSS Test Plan) in accordance with the test methodology for BSS defined in Section E.2.1. The offeror’s plan shall meet the following inspection and acceptance requirements:

1      The BSS testing shall verify that all BSS functional, regression, load, and security requirements have been successfully met. Note: regression testing applies only to system changes and not initial BSS development.

2      The BSS testing shall be performed for all management and operation functions supporting the Ordering, Billing, Inventory Management, Disputes, SLA Management and Trouble Ticketing processes that are described in Sections G.3G.8 and Section J.2.

3      Security testing shall be based on functional requirements described in Section G.5.6 BSS Security Requirements. Acceptance of the security requirements shall be based on evaluation for completeness.

4      The testing shall include the test cases defined in Section E.2.1.3 Test Cases.

5      The BSS testing shall include use cases for quality, utility and customer access features.

L.30.2.4 EIS Services Verification Test Plan (Section E.2.2)

The offeror shall provide an EIS Services Verification Test Plan (EIS Test Plan) that describes their approach in accordance with the test methodology defined in Section E.2.2 (test scenarios, test cases, test data sets, and acceptance criteria) for each of the proposed EIS services.

L.30.2.5 Climate Risk Management Plan (Section G.12)

In accordance with the requirements described in Section G.12, the offeror shall provide a Climate Risk Management Plan that demonstrates offeror’s compliance with the climate change adaptation conditions described in Executive Orders and other applicable laws, regulations, and directives.

L.30.2.6 Financial Status Report (Sample) (Section G.9.5)

The offeror shall provide the format of its Financial Status Report (Sample) including the information required in Section G.9.5.

L.30.2.7 BSS Risk Management Framework Plan (G.5.6)

The offeror shall identify how the Business Support Systems (BSS) Risk Management Framework Plan will address system security in accordance with Section G.5.6.

L.30.2.8 NS/EP Functional Requirements Implementation Plan (Sections G.11.1-G.11.3)

The offeror shall show how the NS/EP Functional Requirements Implementation Plan will address the specifications identified in Sections G.11.1G.11.3.

L.31 Past Performance Volume

The Past Performance Volume shall conform to the following.

L.31.1 Past Performance Response

The offeror must submit three (3) past performance references on government or commercial projects reasonably similar in size and scope to the four mandatory services identified in Section C.1.2. Past performance for optional services will not be accepted.

Past performance must be the offeror’s direct history and past performance as a prime contractor for projects similar in size and scope to the four mandatory services. Past performance will also be accepted for contractors who have formed a “small business teaming arrangement” as defined in L.13 where all business are small under NAICS code 517110 or for other “prime” contractors who have formed a “contractor team arrangement” as defined in FAR 9.601 (1) where two or more companies form a partnership or joint venture to act as a potential prime contractor. The signed agreements must be provided to the CO as part of the proposal included in the Business Volume.

PLEASE NOTE: GSA WILL NOT accept experience of subcontractors or experience of “contractor team arrangements” as defined in FAR 9.601 (2) where a prime contractor agrees with one or more other companies to have them act as its subcontractor(s). Exception: Subcontractor past performance under a “small business teaming arrangement” where all business are small under NAICS code 517110 will be accepted.

The references must be for government or commercial work completed within the past three (3) years from the RFP release date. Work completed in the past three (3) years on an ongoing contract is acceptable, provided the offeror has performed for a minimum of one (1) year. Each reference is limited to two (2) pages in length.

For each reference, provide the following:

1.    Customer/Agency name

2.    Contract title

3.    Contract or task order number

4.    Total contract/project value

5.    The percent of total contract/project work complete to date by the offeror

6.    Contract/project start date and end date

7.    Customer’s/CO’s name, address, email address and telephone number

8.    Customer’s / Program Manager’s name, address, email address and telephone number

9.    A description of the work performed by the offeror

10. Provide information on problems encountered on the identified contracts and the offeror’s corrective actions.

L.32 Business Volume

The Business Volume shall conform to the following.

L.32.1 Standard Form 33

This form shall be signed by the offeror in accordance with the requirements in Section L.25.

L.32.2 Representations and Certifications

The offeror shall submit Representations and Certifications in accordance with Section K.2.

Also, in accordance with K.2, the following information shall be provided for all prime contractors and subcontractors performing at least 10% of the contract revenue:

·         Commercial and Government Entity (CAGE) number

·         Dun and Bradstreet Data Universal Numbering System (DUNS) number

·         Taxpayer Identification Number (TIN)

·         Legal “doing business as” (DBA) name'

 

L.32.3 Small Business Teaming Arrangement / Contractor Teaming Arrangement Agreements (if applicable)

The offeror shall submit the signed contractor teaming arrangement agreement as defined in FAR 9.601(1) or small business teaming or joint venture agreement as defined in Section L.12.

L.32.4 Proposal Amendment Acknowledgement

The offeror shall acknowledge any proposal amendment in writing as part of the Business Volume and on block 14 of the SF33. Offerors shall acknowledge receipt of Amendment 05 and greater with an affirmative statement in its Business Volume.

L.33 Subcontracting Volume

A small business concern is not required to submit an Individual Subcontracting Plan. For other than small business concerns, the offeror shall provide an Individual Subcontracting Plan.

The Subcontracting Volume shall conform to the following.

L.33.1 Subcontracting Plan and Subcontracting Participation

If the offeror is a large business, it shall submit an individual subcontracting plan, specific to the EIS procurement in accordance with FAR 52.219-9, with consideration made to the GSA Subcontracting Target Goals as described in Table L.33.1.3. The RFP contains some non-commercial services, terms and conditions and therefore a commercial plan will not be accepted. An individual subcontracting plan shall be provided to the government at the time of proposal submission and is subject to negotiation by the CO. At award, the plan is included in the contract. Through the plan, the offeror shall:

1.    Demonstrate compliance with requirements of FAR Clause 52.219-9, FAR Subpart 19.704, and GSAM Provisions 552.219-72 and 552.219-73.

2.    Demonstrate commitment and capability to meet subcontracting target goals for participation of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns as described in Table L.33.1.3.

3.    Subcontracting goals are to be calculated based on total subcontracting dollars as required by FAR.

The General Services Administration Manual (GSAM), Appendix 519A-Small Business Subcontracting Plan Outline (Model) provides a model Subcontracting Plan as a template for offerors that need assistance in developing a Subcontracting Plan (see Section J.20).

A.1.1.1 552.219-72 Preparation, Submission, and Negotiation of Subcontracting Plans (MAR 2012)

L.33.1.1 552.219-72 Preparation, Submission, and Negotiation of Subcontracting Plans.

As prescribed in 519.708-70(b), insert the following provision:

Preparation, Submission, and Negotiation of Subcontracting Plans (Oct 2016)

 

(a) When submitting a subcontracting plan in accordance with FAR 52.219-9, the offeror shall submit a subcontracting plan with its initial offer. The subcontracting plan will be negotiated concurrently with price and any required technical and management proposals, unless the offeror submits a previously-approved commercial plan.

 

(b) Maximum practicable utilization of small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns as subcontractors is a matter of national interest with both social and economic benefits. The General Services Administration (GSA) expects that an offeror’s subcontracting plan will reflect a commitment to assuring that small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns are provided the maximum practicable opportunity, consistent with efficient contract performance, to participate as subcontractors in the performance of the resulting contract. An offeror submitting a commercial plan can reflect this commitment through subcontracting opportunities it provides that relate to the offeror’s production generally; i.e., for both its commercial and Government business.

 

(c) GSA believes that this potential contract provides significant opportunities for the use of small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns as subcontractors. Consequently, in addressing the eleven elements described at FAR 52.219-9(d) of the clause in this contract entitled Small Business Subcontracting Plan, the offeror shall:

(1) Demonstrate that its subcontracting plan represents a creative and innovative program for involving small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns in performing the contract.

(2) Include a description of the offeror’s subcontracting strategies used in any previous contracts, significant achievements, and how this plan will build upon those earlier achievements.

(3) Demonstrate through its plan that it understands the small business subcontracting program’s objectives and GSA’s expectations, and it is committed to taking those actions necessary to meet these goals or objectives.

(d) In determining the acceptability of any subcontracting plan, the Contracting Officer will take each of the following actions:

(1) Review the plan to verify that the offeror demonstrates an understanding of the small business subcontracting program’s objectives and GSA’s expectations with respect to the program and has included all the information, goals, and assurances required by FAR 52.219-9.

(2) Consider previous goals and achievements of contractors in the same industry.

(3) Consider information and potential sources obtained from agencies administering national and local preference programs and other advocacy groups in evaluating whether the goals stated in the plan adequately reflect the anticipated potential for subcontracting to small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns.

(4) Review the offeror’s description of its strategies, historical performance and significant achievements in placing subcontracts for the same or similar products or services with small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns. The offeror’s description can apply to commercial as well as previous Government contracts.

(e) Failure to submit an acceptable subcontracting plan and/or correct deficiencies in a plan within the time specified by the Contracting Officer shall make the offeror ineligible for award.

 

(End of provision)

L.33.1.2 552.219-73 Goals for Subcontracting Plan Alternate 1 (SEPT 1999)

1.    Maximum practicable utilization of small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns as subcontractors is a matter of national interest with both social and economic benefits.

a)    The General Services Administration’s (GSA’s) commitment to ensuring that maximum practicable opportunity is provided to small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns to participate as subcontractors in the performance of the contract, consistent with its efficient performance, must be reflected in the offeror’s subcontracting plan submitted pursuant to the clause of the contract at FAR 52.219-9, Small Business Subcontracting Plan.

b)    In addressing the eleven elements described at FAR 52.219-9(d), the offeror shall demonstrate that its subcontracting plan represents a creative and innovative program for involving small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns in performing the contract. An offeror submitting a commercial plan can demonstrate its commitment in providing maximum practicable opportunities through subcontracting opportunities it provides to small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns that relate to the offeror’s production generally; i.e., for both its commercial and Government business.

c)    The subcontracting plan shall include a description of the offeror’s subcontracting strategies used in previous contracts and significant achievements, with an explanation of how this plan will build upon those earlier achievements. Additionally, the offeror shall demonstrate through its plan that it understands the small business subcontracting program’s objectives, GSA’s expectations, and is committed to taking those actions necessary to meet these goals or objectives.

2.    In determining the acceptability of any subcontracting plan, the CO will–

a)    Review the plan to verify that the offeror has demonstrated an understanding of the small business subcontracting program’s objectives and GSA’s expectations with respect to the programs and has included all the information, goals, and assurances required by FAR 52.219-9;

b)    Consider previous goals and achievements of contractors in the same industry;

c)    Consider information and potential sources obtained from agencies administering national and local preference programs and other advocacy groups in evaluating whether the goals stated in the plan adequately reflect the anticipated potential for subcontracting to small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns; and

d)    Review the offeror’s description of its strategies, historical performance and significant achievements in placing subcontracts for the same or similar products or services with small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns. The offeror’s description can apply to commercial as well as previous government contracts.

3.    Failure to submit an acceptable subcontracting plan and/or correct deficiencies in a plan within the time specified by the CO shall make the offeror ineligible for award.

(End of provision)

L.33.1.3 EIS Small Business Subcontracting Target Goals Table

 

CATEGORY

GOAL

Small Business

37.00%

Small Disadvantaged Business (SDB)

6.00%

Women-owned Small Business

5.00%

HUBZone Small Business

3.00%

Service-Disabled Veteran-owned Small Business

3.00%

Veteran-owned Small Business

3.00%

 

The table above represents the EIS small business subcontracting target goals. The offeror may propose goals that meet or exceed the EIS goals.

L.33.2 Subcontracting History

If the offeror is a large business, it shall demonstrate the extent to which it met its small business subcontracting goals on previous contracts/projects. Small businesses are not required to submit subcontracting history. The prime may not use the subcontracting history of any of its team members or subcontractors. If the offeror’s subcontracting goals were based on performance on previous government contracts, the offeror shall provide its five (5) most recent PPIRS/CPARs reports associated with meeting small business subcontracting goals, along with a description of the small business outreach efforts made towards achieving those goals. If the offeror does not have five (5) ratings in PPIRS associated with meeting small business subcontracting goals, it may substitute eSRS reports.

If the offeror has no previous contracts/projects that included small business subcontracting goals, the offeror shall state this in its response.

L.34 Price Volume

The offeror shall prepare its Price Volume to address all applicable requirements specified in Section B Pricing. All information regarding prices for the proposed services shall be included in this volume. The offeror shall enter its prices in the format of the price tables defined in Section B into the AcquServe price database in accordance with the instructions found in the AcquServe system. No price elements other than those defined in Section B are permitted.  Prices will only be evaluated if they are submitted into the AcquServe price database. 

The Price Volume shall include the following:

1.    Price Response

2.    Pricing Data submitted into the AcquServe price database

3.    Total Evaluated CBSA Price (as calculated by AcquServe)

L.34.1 Price Response

The Price Volume shall describe how the offeror intends to meet the requirements in Section B. Requirements to be addressed include, but are not limited to, the following.

1.    For Pricing Hubs (PHubs), the offeror shall describe:

a)    The pricing strategy for assigning Network Site Codes (NSCs) to PHubs

b)    The pricing strategy for adding NSCs to PHubs post-award

2.    For Physical Concentration Locations (PCLs) and Points of Presence (POPs) (see Section B.4), the offeror shall describe:

a)    The process for associating NSCs to PCLs

b)    The process for associating PCLs to POPs

c)    The process for defining services associated with a POP

d)    The process for maintaining and updating the tables in Section B.4

3.    For Individual Case Basis (ICB) CLINs, the offeror shall describe:

a)    The offeror’s understanding of the use of ICB CLINs

b)    The approach the offeror will use to create a price for an ICB CLIN

4.    For Task Order Unique CLINs (TUCs), the offeror shall describe:

a)    The offeror’s understanding of the use of TUCs

b)    The approach the offeror will use to determine that an agency’s requirements are best met by a TUC instead of using an existing fixed-price CLIN, creating a new fixed-price CLIN, or creating a new ICB CLIN

c)    How the offeror will maintain the information for TUCs based on combining component CLINs

5.    For its geographic coverage strategy, if the offeror has not selected and proposed all CONUS and OCONUS CBSAs via AcquServe, the offeror shall:

a)    Explain why the included CBSAs have been selected and proposed for the offeror’s proposal

b)    Explain why the excluded CBSAs have not been selected or proposed for this proposal

6.    For its voice approach, the offeror shall describe:

The rationale and strategy for the offeror’s selection of IPVS or CSVS as the mandatory voice service based on CBSAs

7.    For auto-sold CLINs, the offeror shall describe:

a)    The rationale for the CLINs provided in Table B.1.2.11.1

b)    The process for maintaining and updating Table B.1.2.11.1

8.    For Managed Network Services, the offeror shall describe:

The offeror’s approach to device size assignment in Table B.2.8.1.3.2   

9.    For catalogs (where offered), the offeror shall describe:

a)    The catalog

b)    The process for setting up user access

c)    The user interface

d)    The rationale for grouping discount classes

e)    The rationale for the discount structure

f)      The approach to validating OLPs by identifying all trade names for the OLPs and the method for independent government verification

L.34.1.1 Termination/Cancellation Liability

Price Proposals and/or tariffs containing termination or cancellation liabilities shall not be submitted, unless specifically defined as a CLIN within Section B.

L.34.2 Pricing Data

The offeror shall submit completed price tables containing its entire price structure and prices for the 60-month base contract period into the AcquServe price database. Table B.1.2.1.1 identifies the following:

1.    Mandatory services

2.    Optional services

3.    Whether a service is CBSA dependent

For each CBSA the offeror proposes, the offeror shall provide all information necessary to price mandatory traffic and mandatory CLINs as required in Section B and Section J.1. To be considered for evaluation, offerors shall submit prices for the mandatory services and access arrangements in at least 25 of the top 100 CBSAs. If an offeror proposes an optional service, the offeror shall provide all information necessary to price the traffic and mandatory CLINs for that optional service, as required in Section B and Section J.1. Price tables and other pricing information shall be submitted into the AcquServe price database using the AcquServe portal. The AcquServe portal is a secure website that contains detailed instructions for the submission of prices and pricing information for which access permission must be obtained (see Section L.27.3). The offeror shall populate Contractor-Maintained tables (see Section B.1.2.17.1) in the AcquServe price database only by using the AcquServe Table Viewer as described in Section 6.2 of the AcquServe User Instructions for EIS Proposal Submissions, which is available from the Help menu of the AcquServe portal.

As part of completing its submission:

1.    For mandatory services, the offeror shall use Step 1: Choose Mandatory Service CBSAs, of the AcquServe EIS Service Selection tool to identify the CBSAs for which the offeror is proposing pricing.

2.    The offeror shall use Step 2: Choose Voice Services for Mandatory CBSAs, of the AcquServe EIS Service Selection tool to identify which Voice Service (CSVS or IPVS) it is proposing as the mandatory service for each CBSA. The AcquServe tool allows selection of all CBSAs or individual CBSAs. The other Voice Service may be offered as an optional service.

3.    The offeror shall use Step 3: Choose Optional Services, of the AcquServe EIS Service Selection tool to identify optional services for which the offeror is proposing pricing.

4.    For optional CBSA-dependent service pricing, the offeror shall use Step 4: Choose Optional Service CBSAs, of the AcquServe EIS Service Selection tool to identify the CBSAs the offeror is proposing. The CBSAs for the optional CBSA-dependent services shall be selected from those proposed for the mandatory services.

5.    For mandatory or optional location-dependent service coverage in non-domestic and OCONUS countries/jurisdictions, the offeror shall use Step 5: Choose NONDOM and OCONUS Regions, of the AcquServe EIS Service Selection tool to identify any such locations in which an offeror is proposing prices. The offeror shall also complete the appropriate Section B tables.

a.    If the offeror selects an OCONUS CBSA in Step 1 for mandatory services, the offeror shall select the corresponding OCONUS region in Step 5 for each of the mandatory services and access arrangements.

b.    If the offeror selects an OCONUS CBSA in Step 4 for an optional service, the offeror shall select the corresponding OCONUS region in Step 5 for that optional service.

c.     For mandatory services and access arrangements, if the offeror selects an OCONUS region in Step 5 that has CBSAs (i.e., Alaska, Hawaii, or Puerto Rico), the offeror shall select at least one CBSA in that OCONUS region in Step 1.

d.    For an optional service, if the offeror selects an OCONUS region in Step 5 that has CBSAs (i.e., Alaska, Hawaii, or Puerto Rico), the offeror shall select at least one CBSA in that OCONUS region for that service in Step 4.

e.    The offeror shall not use Step 5 to identify OCONUS or non-domestic regions needed to satisfy the requirements of J.1.2.1, as the AcquServe portal already knows what regions must be priced to satisfy J.1.2.1. For IPVS, CSVS and MWS, the offeror shall use Step 5 to identify only those OCONUS or non-domestic regions where the non-J.1.2.1 requirements of the service are provided for.

6.    If offering optional CLINs within a mandatory or optional service, the offeror shall complete the appropriate Section B tables for the optional CLINs.

7.    The offeror shall populate Table B.4.1.4 Services Offered by Point of Presence, to indicate where both mandatory and optional services are provided.

8.    The offeror shall complete and submit all cross-reference tables defined in Section B. Most of these tables are found in Section B.4.        

L.34.3 Total Evaluated CBSA Price

For each CBSA proposed, the offeror’s submissions using the AcquServe portal will be used to develop the government’s Total Evaluated CBSA Price (TECP) for mandatory services.

The sum over the base contract period of all mandatory service prices in the CBSA applied to the Traffic Model will be calculated. The base contract period and the option periods are identified in Section H.1. For Voice Service, the TECP will include the price for the mandatory Voice Service (CSVS or IPVS) designated by the offeror.

No pricing other than that submitted via the AcquServe portal is required.

The traffic provided in the Traffic Model represents an average monthly total for each year of the 60-month period. For evaluation purposes, the base contract period shall be as follows:

Pricing Year 1: 1 November 2016 through 30 September 2017

Pricing Year 2: 1 October 2017 through 30 September 2018

Pricing Year 3: 1 October 2018 through 30 September 2019

Pricing Year 4: 1 October 2019 through 30 September 2020

Pricing Year 5: 1 October 2020 through 30 September 2021

Pricing Year 6: 1 October 2021 through 31 October 2021

L.35 Final Submissions

1.    The offeror shall execute the AcquServe Error Checker prior to final submission of the offeror’s proposal. The Error Checker reports will be submitted automatically. The AcquServe Error Checker exists to assist the offeror in preparing a complete and accurate proposal but it is not exhaustive and its use does not absolve the offeror of its responsibility to submit a complete and accurate proposal.

2.    The offeror shall execute the AcquServe Pricer. The Pricer reports will be automatically submitted with the offeror’s proposal. These include price reports by CLIN, by service, and TECPs.

NOTICE: If the offeror chooses to submit a proposal that contains errors, the offeror accepts responsibility for the consequences, which may include removal from further consideration for award. Offerors may include explanations, in their price volume, for why they believe an item in the error report is incorrect in a document to be entitled “Error Checker Explanation”.