Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

70 -- Cyber TRIDENT

Notice Date
5/22/2020 6:40:28 AM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-20-R-0001
 
Response Due
5/15/2020 1:00:00 PM
 
Archive Date
06/10/2021
 
Point of Contact
Rebeca A. Gonzalez, Contract Specialist, Phone: 407-384-3968, Jason Jerome, Phone: 4072085868
 
E-Mail Address
rebeca.a.gonzalez.civ@mail.mil, jason.jerome3.civ@mail.mil
(rebeca.a.gonzalez.civ@mail.mil, jason.jerome3.civ@mail.mil)
 
Description
***Updated May 22, 2020*** �This posting is to notify industry of recent changes implemented after the Pre-Solicitation conference and one-on-one sessions for the Cyber TRIDENT solicitation: 1.� Attachment 003 Hardware-Software PCTE Spares Parts Price List is removed.� All Section L and M references (Part B, L.2.0.b.vii.) to Attach 003 are removed. 2.� All pricing requested for Section L.B.2.b.iii and iv, L.B.2.c.i and ii and L.B.2.d will only be required for years one through five versus one through eight.� Attached 004 pricing will only include pricing for years one through five. 3.�� Section L.2.2.2 has been modified requiring a voice-over slide presentation as follows: �L.A.2.2.� Voice-Over Slide Brief Presentation A pre-recorded Audio File (.mp3 format) voice-over slide brief with a PowerPoint presentation (.pptx) file shall be submitted by each offeror to augment any or all Factor 1 Technical/Management Approach section elements (at the lowest element level) included in its written proposals and will be evaluated in conjunction with the written proposal and in accordance with its corresponding Section M criteria.� Each offeror shall submit an audio file containing a narrated briefing accompanying the 75 slides, and presenting for no longer than a total of two and one-half hours (2.5 hours).� The voice-over presenter(s) should use slides during their presentations (see below for slide count restrictions), and announce in the voice over the slide number and element they are augmenting to when transitioning between slides.� Copies of the slide presentation is to be submitted with proposal submission.� Slide presentations shall have page numbers and Section L element number and include a presentation cover sheet, proprietary data sheet, and presentation agenda with a time index of the slides.� The presentation cover sheet, proprietary data sheet, and presentation agenda are excluded from the slide count.� The slides submitted for the voice-over brief presentation must be no smaller than an 8 pt font with no margin restrictions and shall be submitted in Microsoft (MS) PowerPoint format (MS Office 2013 compatible).� The printed hard copies of the PowerPoint presentation shall be in a standard 3-ring binder, printed in color, one slide per page, and with no notes. The voice-over audio file and slide presentation are to be arranged in the order of the elements it is augmenting.� The offeror shall have each presenter identify which factor element is being discussed during the voice-over audio file and slide presentation.� The offeror shall identify any and all proprietary items utilized during the voice-over presentation. Cost/Price data should be provided only in the Cost/Price volume of the written proposal and NOT as part of this brief presentation. The voice-over brief presentation shall include team members (e.g. program management, technical personnel) who will work or perform a key role on the Cyber TRIDENT effort.� Identification of all speaker(s), along with their company name and position, shall be made at the start of the voice-over presentation. Offerors are advised that there shall be NO embedding of documents, hyperlinks, videos, or tool demonstrations incorporated in hard copies submitted or during the voice-over presentations.� Slides which are not addressed during the voice-over brief presentation will be removed from the offeror�s proposal and not be considered as part of the proposal submission.� Offerors shall not submit backup slides. If the information presented by the offeror during their voice-over presentation differs from the offeror�s submitted written proposal, a weakness or deficiency may be generated by the Government which may result in an unfavorable adjectival rating.� Additionally, in the event of a discrepancy between the voice-over presentation and the written proposal, the digital (CD/DVD) copy of the written proposal will take precedence. The voice-over presentation shall be submitted in mp3 file format on a CD (Compact Disc).� The voice- over brief presentation does not constitute an oral presentation as that term is defined in FAR 15.102. Updated May 5, 2020 One-on-One sessions will be held on May 6, 2020 with industry via a 30 minute telecom with each team.� In order to make best use of the time, please review all draft documents and briefing slides, focus your questions on the solicitation, and have the prime contractor lead for the contractor side of the session.� Updated April 30, 2020 The following updated DRAFT documents are posted: 1.� RFP W900KK-20-R-0001 2.� Attach 1, Base Contract SOW 3.� Attach 4, RCS Price List 4.� Attach 17, Cost Price�Workbook 5.� Attach 18, Past Performance Questionnaire 6.� Base SOW CDRLs 7.� Task Order 0001 SOW 8.� Task Order 0002 SOW 9.� Delivery Order 0003 SOW Updated April 30, 2020 The Industry Question-Answer #1-200 spreadsheet has been updated with expanded cells to view all data.� Please note some of the previous answers have been updated in red. Updated April 30, 2020 Industry Questions-Answers 1-200 are uploaded. Update April 28, 2020 - Cyber TRIDENT Pre-Solicitation Conference The Government will be holding a Pre-Solicitation Conference with the posting of briefing slides and hosting One-On-One telecoms with interested parties.� The slides will highlight proposal requirements and changes to the solicitation incorporated based on industry input and other inputs received.� The slides will be posted on beta.sam.gov on NLT 5 May 2020. One-On-Ones will occur 6 May 2020 and consist of no more than a 30 minute telecoms with interested parties.� The sessions must be with prime offerors and may include their team members (i.e. subcontractors, joint-venture member).� To schedule your Pre-Solicitation One-On-One session, please contact the POC for scheduling listed below. Industry Questions-Answers (Q-As) #1-200 are posted, along with an updated DRAFT solicitation.� Please review the Q-As and the updated solicitation before your One-On-One session to reduce any duplication of questions/answers and make best use of the time allotted.� Please send your email request to Angie Kalsi from the prime offeror listing the name of the offeror and all individuals participating in the telecom.� Include the names of any subcontractor, joint venture members and/or team members participating on the call with the names of their individuals.� POC for Scheduling One-On-Ones: Angie.t.kalsi.ctr@mail.mil� 407-304-3700 ******* Update April 9, 2020 � Cyber TRIDENT The Government is posting the below reminder as well as uploading the question and answers from the Draft RFR.� A future update will be posted prior to solicitation release. The Government is reminding industry of the following requirements: A. All communication associated with the Cyber TRIDENT solicitation are to be submitted to ACC-Orlando points of contacts stated in the Cyber TRIDENT pre-solicitation notice. B. All offerors submitting a request for Distribution D documents must submit the following documents with their request: 1. An approved DD2345 from the Joint Certification Program 2. A completed Distribution Agreement (DA) for the Cyber TRIDENT solicitation. DA�s must be signed by company official listed as the contact in approved DD Form 2345. 3. Letter from prime offeror (on company letterhead) with name, cage code and country of origin certifying: - a. Vendor/contractor and/or subcontractor(s) are not Foreign Owned or USA Foreign Owned, Controlled or Influenced (USA FOCI) status. -b. Vendor/contractor is not in the process of a merger or other type of transition/ownership discussions with a Foreign Owned company or USA FOCI company. If a vendor/contractor cannot make the above certifications, then the vendor may still compete on the solicitation by completing the following: - Registering with the US State Department and provide a copy of the registration along with the appropriate Department of State Permanent Export License (DSP) or Technical Assistance Agreement (TAA) documents to the Contracting Officer. Visit or contact the US State Department at http://www.pmddtc.state.gov/ for more information on this requirement. Although timelines will vary, this process takes approximately 45-75 days to complete. - Canadian vendors/contractors must provide an approved DD Form 2345. � Failure or inability to satisfy the requirements of above will make a vendor/contractor ineligible to receive Unclassified/FOUO Export Control data/information. � Prime offerors are asked to submit their request for Distribution D documents under one request with documentation from the prime and their subcontractor and team members. After initial submissions, the prime offeror shall submit request for additional subcontractors and/or team members. All primes, subcontractors and team members must provide an approved DD2345. All prime offerors will complete DA�s between the prime and subcontractors and team members, but do not need to forward to the Government with their request. Finally, only the prime offerors must submit the certifying letter with their request, but subcontractor and team members do not need to submit the certifying letters to the Government with their request. Update March 17, 2020 � Cyber TRIDENT The Government was planning on hosting a pre-proposal/industry day conference with one-on-onesessions in Orlando, FL on or about Apr 2, 2020 on the Cyber TRIDENT solicitation.� Due to the evolving situation concerning the COVID-19, and the numerous emergency declarations issued in response, the upcoming pre-proposal/industry day conference on the Cyber TRIDENT solicitation is being postponed to late Apr 2020, subject to change.� We are seeking suggestions and/or feedback on alternative means of hosting the conference and one-on-one sessions versus in a face-to-face manner.� Please email your suggestions and feedback to rebeca.a.gonzalez.civ@mail.mil to consider for this conference and the sessions.� Cyber Training, Readiness, Integration, Delivery and Enterprise Technology (TRIDENT) will provide the Army� a consolidated, streamlined approach for integrating, incrementally releasing, and maintaining cyber training capabilities in support of Army PEOs and Navy, Marine Corps, Air Force, National Guard, Reserves, and Joint Cyber Community organizations in support of Department of Defense (DoD) and non-DoD (i.e., State and Local Governments) cyber training.� This enterprise approach protects and leverages the Army�s future investments in cyber training and related infrastructure.� PCTE provides the DoD cyberspace workforce the capability to conduct cyberspace training, exercises, mission rehearsals, experimentations, certifications, as well, as the ability to assess and develop cyber tactics, techniques, and procedures. The Cyber TRIDENT contract will provide acquisition life cycle optimization for the program of record PCTE as well as continue to evolve the platform, architectural frameworks, and Development Operations environment while continuing to provide the Army an efficient, effective, and agile method to accomplish: Insertion and integration of third-party vendor PCTE platform contributions and emerging technologies into the PCTE platform baseline; � Maintenance and evolution of the PCTE products, processes, standards, and platform; Acquisition, Technology, and Logistics Life Cycle System Management in support of capabilities/products within PCTE; � Identify repeatable Acquisition, Technology, and Logistics Life Cycle System Management optimization of systems/products developed within PCTE; and � Support of external interoperability initiatives and synchronization with Technical Operations Management organization.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae81bb96176342f4be8749a289f9bcbf/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05669352-F 20200524/200522230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.