0% found this document useful (0 votes)
8 views

Response Document Doc3 V1

Uploaded by

366 Ovais Tariq
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
8 views

Response Document Doc3 V1

Uploaded by

366 Ovais Tariq
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 29

Proposal Information

Specification Value

RFQ no. 140D0424Q0336

Managed Desktop Support (MDS) and End User Administration (EUA)


RFQ Name
Support Services

RFQ Type Request for Quotation (RFQ)

RFQ
Department of the Interior (DOI)
Department

Proposal Due Thursday, May 2, 2024


Date and Time 11:00 AM ET

Questions Due Thursday, April 18, 2024


Date and Time 11:00 AM ET

RFQ Mode of
Electronic/soft copy via email
Submission

Julie Englehart
Contracting Officer
[email protected]
703-964-8821
Point of Contact
Colin Breen
Contract Specialist
[email protected]
703-964-8809

Place of Denver, Colorado


Performance Boise, Idaho
Anchorage, Alaska
Washington, DC metropolitan area (Reston, VA, Herndon, VA;
Arlington, VA; DOI’s Main Interior building (MIB)/headquarters
location in Washington, DC)
Albuquerque, New Mexico
Atlanta, Georgia
Billings, Montana
Boston, Massachusetts
Denver, Colorado
Knoxville, Tennessee
Specification Value

San Francisco, California


Phoenix, Arizona
Pittsburgh, Pennsylvania
Portland, Oregon
Sacramento, California
Salt Lake, Utah
Santa Fe, New Mexico
Tulsa, Oklahoma
Twin Cities, Minneapolis
Other offices/CONUS locations may be added or removed by the
Government during the period of performance of this Order.

One (1) 12-month base period, four (4) consecutive 12-month option
Period of periods, and clause 52.217-8, Option to Extend Services, for a potential
Performance extension up to 6-months in length which can be exercised and invoked at
any time during the life of the Order.

Set Aside 8(a) set-aside

Security
Minimum Background Investigation (MBI)
Clearance

NAICS 541519

Program Manager
Computer User Support Specialist – Subject Matter Expert (Task Lead
Area 2)
Computer User Support Specialist – Senior Level
Computer User Support Specialist – Senior Level
Key Personnel Computer Systems Administrator – Senior Level (Task Lead for Task
Areas 3 and 4)
Computer Systems Administrator – Senior Level
Computer Systems Administrator – Journeyman
Windows/Operating System Administrator – Level III
Computer Systems Administrator - Journeyman

Task Order Type Firm-fixed Price, Labor-Hour, and Direct Reimbursable

Background
The Department of the Interior (DOI), Office of the Chief Information Officer (OCIO),
Enterprise Services Division (ESD) and End User Services (EUS) Branch require a
comprehensive, performance-based Task Order for the delivery of Managed Desktop Support
(MDS) and End User Administration (EUA) services. The objective is to provide DOI customers
with high-quality MDS and EUA services solutions through the use of contractor support
services. The current Government structure provides technical management, guidance, and
leadership at the Task Area Level. The Contractor support provided under this Order is expected
to augment the current service structure, add value where possible, and be accountable for the
execution of processes where the contractor is substantially responsible for the implementation
(or execution) of the process. The Government anticipates awarding a single-award combined
Firm-fixed Price (FFP), Labor-hour (LH), and Direct Reimbursable type Task Order for
commercial Managed Desktop Support (MDS) and End User Administration (EUA) Support
Services. The Task Order includes five (5) Task Areas of support:

 Task Area 1: Program Management


 Task Area 2: Information Technology (IT) Support
 Sub-task Area 2a: Mobile Device Lead
 Task Area 3: Operating System (OS) and User Administration
 Sub-task Area 3a: Virtual Machine (VM) Administration
 Task Area 4: Email Services
 Task Area 5: Contract Transition (Transition-In and Transition-Out)

The Task Order includes one (1) 12-month base period, four (4) consecutive 12-month option
periods, and clause 52.217-8, Option to Extend Services, for a potential extension up to 6-months
in length which can be exercised and invoked at any time during the life of the Order. The
overall period of performance, if all 12-month option periods are exercised fully, excluding the
up to six (6)-month extension under 52.217-8, Option to Extend Services, is five (5) years. The
period of performance inclusive of any extension under 52.217-8, if exercised in its entirety
along with the four (4) 12-month option periods, could potentially extend out to 5.5 years.

Scope
The Department of the Interior (DOI), Office of the Chief Information Officer (OCIO), is
seeking a contractor to provide Managed Desktop Support (MDS) and End User Administration
(EUA) Support Services. The scope of work includes five Task Areas:

 Task Area 1: Program Management: Provide program control, management, and


oversight for the effort, including meeting customer service level agreements (SLAs),
documenting standard operating procedures (SOPs), managing contractor personnel,
allocating resources, and coordinating with Government management and technical
resources.
 Task Area 2: Information Technology (IT) Support: Provide Tier Two (2) technical
support for the DOI enterprise desktop production environment, including system
enhancements, upgrades, patches, vulnerability mitigation, and migrations. This includes
asset provisioning, configuration, deployment, tracking, warranty management, tagging,
refresh, and disposal management.
 Task Area 3: Operating System (OS) and User Administration: Administer Operating
Systems patches, updates, and image creation for Windows and Apple OS operating
systems. This includes vulnerability mitigation, architecture and design support,
application setup and configuration, audit support, hardware support, and support of
cloud and DOI data center hosted systems.
 Task Area 4: Email Services: Administer the email system and related services for
DOI's customers. This includes providing Tier Two (2) expertise to support email
systems and related services, advising and supporting Tier Two (2) projects or initiatives,
and completing technical assignments.
 Task Area 5: Contract Transition (Transition-In and Transition-Out): Complete all
transition-in efforts in accordance with the Government approved contractor Transition
Plan, and execute transition-out activities to the incoming contractor with no disruption
of services to the government.

The contractor will be responsible for providing qualified personnel, managing costs, and
ensuring compliance with all applicable Government-wide IT standards. The contractor will also
be responsible for safeguarding all Government property/equipment provided for contractor use.

Task Areas

Task Area 1: Program Management (PM)

 Overview: The highest quality contract program management support is provided to DOI
and its customers to ensure effective and efficient operations.
 Key Responsibilities: Program control, management, and oversight including meeting
DOI customer-agency service level agreements (SLAs), documenting DOI standard
operating procedures (SOPs), managing and overseeing contractor personnel, allocating
and scheduling resources, coordinating and communicating with Government
management and technical resources, monitoring and reporting on status of deliverables,
project, and overall efforts, establishing and implementing processes and procedures,
providing support to the Government in establishing priorities, assuring compliance with
applicable Government-wide IT standards, providing effective and responsive planning
and execution of projects, managing costs, analyzing services and recommending service
improvements, ensuring staff maintain and further knowledge and certifications, ensuring
quality of contractual products, maintaining communication between the Government,
contractor staff, and subcontractors, submitting paperwork for and owning onboarding
and offboarding processes, managing risk and quality management processes, updating
Standard Operating Procedures (SOPs) and developing new ones when none exist,
ensuring that all deliverables and activities performed under the Order are completed
successfully and are delivered on-time and within budget, ensuring compliance with all
established and new regulations, SLAs, SOPs, guidelines, policies, and procedures,
coordinating, communicating, and exchanging information effectively with other
Contractors and the Government, recording, tracking, and being responsible for all
Government furnished equipment loaned to the Contractor, developing and maintaining a
Quality Control Plan, and generating and submitting standard and ad hoc reports upon
request.
Task Area 2: Information Technology (IT) Support

 Overview: To staff and provide highest quality Desktop and Peripheral Support to the
Department’s supported offices/customers and ensure effective operations are maintained
in their various missions.
 Key Responsibilities: Providing comprehensive technical support including supporting
the DOI enterprise desktop production environment, the completion of system
enhancements, upgrades, patches, vulnerability mitigation and migrations, implementing
lifecycle processes to oversee the provisioning, tracking, configuration, support,
maintenance, upgrades, refresh and end-of-life for designated and approved hardware and
software, operating and providing support on the systems and services listed below,
providing general application navigation assistance, password reset assistance, providing
recommendations and contacts (where possible) for issues, and answering general
questions, providing Tier Two (2) support for issues of a more technical or specialized
nature, administering password resets across all IT systems, conducting mainframe
activities, processing forms for user requests, escalating support requests as needed,
providing Tier Two (2) desk side support, providing advanced support for end-user
problems, dispatching technicians, providing asset provisioning, configuration,
deployment, tracking, warranty management, tagging, refresh, and disposal management,
maintaining and implementing a highly accurate asset inventory, providing for all life
cycle activities associated with the provisioning, operational logistics, and support of
infrastructure computing devices, supporting and contributing to the creation of user self-
service, supporting Desktop device provisioning, supporting workstation devices,
supporting Desktop Productivity Software Services, performing physical inventory and
property tracking, supporting DOI Periodic events, supporting Desktop Virtualization
Environment, deploying and managing desktop hardware, deploying and managing
locally attached or network printers, managing conference room technology, managing
Desktop data backup, storage, and recovery services, supporting remote access services,
providing Tier Two (2) support for approved software, providing desktop and laptop
Break/Fix and Tier Two (2) support, providing Incident determination, Root Cause
Analysis, and Resolution, attempting to resolve problems on the first call, resolving
incidents and diagnosing underlying problems, assisting desktop users with questions,
maintaining current and historical records of all calls, providing dispatch for approved
Desktop hardware devices, administering software tools, supporting new technologies,
configuring, deploying, and installing replacement and refreshed hardware, working to
eliminate Information Assurance identified security threats, resolving incidents within
prescribed time limits, providing authorization for closing of service requests and
incidents, sending service requests and incident closure notices, ensuring that inventory
and configuration management records are updated, troubleshooting, diagnosing, and
resolving incidents, supporting DOI personnel in remote or home locations, utilizing
remote control tools, assisting in enabling the enforcement of compliance to
configuration management standards, providing service status for requestors, obtaining
end-user acknowledgment for completion of service request, assisting with the build,
configure, system testing, conducting pre-installation and site survey activities,
performing hardware and software iMac and re-installations, conducting data and
application migration, updating all cross-functional management tools, providing basic
end-user or technical staff orientation, configuring, updating, and deploying images,
troubleshooting software compatibility issues, assigning users to appropriate image pools,
ensuring images are installed and configured correctly, defining users who access
wireless network, configuring user’s access to the wireless network, collecting Freedom
of Information Act (FOIA) and sensitive record collections, assisting in limited actions in
support of other sections or organizations, ensuring all RCAs are complete, thorough,
accurate, and free of errors.

Task Area 3: Operating System (OS) and User Administration

 Overview: To support the DOI, Enterprise User Administration (EUA) Section, the
contractor shall be responsible for administering Operating Systems patches updates and
image creation for Windows host operating systems, Windows operating system
software, Apple OS Operating system and associated software as well as updating and
managing the Operating Systems, patches, updates, and image creation within a multi-
platform virtualization technology for DOI’s customers.
 Key Responsibilities: Administering Operating Systems patches updates and image
creation, providing system administration support, managing the Active Directory
domain environments, developing backup and recovery procedures, defining and
administering the backup and recovery schedules and procedures, maintaining security
configurations, reviewing and recommending monthly releases of Microsoft patches,
scheduling and performing monthly patches, scheduling and performing monthly
scanning of servers, designing, implementing, managing, and monitoring the DOI and
DOI customer hosting Active Directory (AD) root services, managing and supporting the
production, quality & assurance, and test environments, providing support for Active
Directory (AD) technical Agency/Bureau problem determination and resolution,
configuring and managing Public Key Infrastructure (PKI), implementing, managing, and
monitoring the integration of external services and applications.

Task Area 4: Email Services

 Overview: Superior email services are provided to meet customer SLAs and objectives
and DOI customer service goals to DOI and its Agency customers.
 Key Responsibilities: Administering the email system and related services, providing
email administration support, assisting in advising and supporting Tier Two (2) projects
or initiatives, researching and implementing complex and custom configurations,
maintaining security configurations, reviewing and recommending releases of patches,
scheduling and performing monthly patches, researching and implementing complex and
custom configurations.

Task Area 5: Contract Transition (Transition-In and Transition-Out)

 Overview: A seamless initial transition-in from the predecessor/incumbent contractor and


transition-out to the successor contractor upon completion of this Order with no
interruption of services to DOI and its customers.
 Key Responsibilities: Completing all transition-in (phase-in) efforts in accordance with
the Government approved contractor Transition Plan, being prepared to begin transition
performance immediately following award and the Government’s approval of the
contractor’s Transition Plan, identifying and providing a list of names and personnel
resumes of all contractor and subcontractor personnel, finalizing the draft Transition
Plan, coordinating with incumbent Contractor(s), submitting completed and signed Non-
disclosure Agreements, submitting a weekly status report, completing the transition-in
(phase-in), delivering a Transition Summary Report, submitting a written
transition-out/phase-out plan, coordinating/cooperating with incoming contractor(s),
providing training and/or knowledge transfer to incoming contractor personnel,
coordinating/cooperating with any Government transition related requested, and activities
required for successful transition, delivering a Transition Summary Report.

Submission Instructions
This document outlines the submission instructions for Offerors responding to Request for
Quotation (RFQ) 140D0424Q0336 - Managed Desktop Support (MDS) and End User
Administration (EUA) Support Services.

1. Acknowledgement of Amendment:

 Offerors must acknowledge receipt of Amendment 0001 to RFQ 140D0424Q0336 by one


of the following methods:
o Completing Items 8 and 15 on the Amendment form and returning copies.
o Acknowledging receipt of the Amendment on each copy of the offer submitted.
o Sending a separate letter or electronic communication referencing the solicitation
and amendment numbers.
 Failure to acknowledge receipt of the Amendment may result in the rejection of the offer.

2. Submission Location and Deadline:

 Phase I:
o Submit an electronic/soft copy of the quotation response via email to:
 Julie Englehart, Contracting Officer, [email protected]
 Colin Breen, Contract Specialist, [email protected]
o Deadline: 11:00 AM ET, Thursday, May 2, 2024.
o Email Subject: "Quotation Response from [Insert Company Name Here] for RFQ
140D0424Q0336 – MDS & EUA Support Services"
 Phase II:
o Submission instructions and deadline will be provided in the advisory notification
after Phase I evaluation.
o The Government anticipates providing Offerors approximately ten (10) business
days from the date the advisory notification is issued to submit a quotation
response for Phase II.
o Offerors will have 48 hours to confirm their intention to proceed to Phase II via
email to the Contracting Officer.
3. Submission Format:

 Phase I:
o Volume I (General and Technical):

Section Page Limit

1. General 2 pages

See SF1449 and


2. Completed SF1449, SF30 (if any)
SF30 Cover pages

3. Completed Provisions (Attachment I) See Attachment I

4. GSA and SBA Certified 8(a) Verification Form


See Attachment J
(Attachment J)

5. SAM Registration and Unique Entity Identifier


None
(UEI) Number Information

6. Representations & Certifications None

7. Technical Assumptions and Exceptions for Factor


2 pages
A, Factor B, and Factor C

8. Technical Quote for Factor A: Staffing Plan and


20 pages
Key Personnel Qualifications

9. Technical Quote for Factor B: Management


Approach and Capabilities and Quality Control Plan 5 pages
and Program

10. Technical Quote for Factor C: Demonstrated Prior


3 pages
Relevant Experience

 Phase II:
o Volume II (General and Technical):

Page
Section
Limit

1. General 2 pages
Page
Section
Limit

2. Technical Assumptions and Exceptions for remaining


2 pages
Technical Evaluation Factors

3. Technical Quote for Factor D: Draft Transition Plan and


5 pages
Approach

o Volume III (Price):

Section Page Limit

1. Price Assumptions and Exceptions 1 page

2. Pricing Narrative 2 pages

3. Price Quote for Factor E: Price See Attachment A

4. Specific Instructions for Proposal Sections:

 Volume I, Section 1: General:


o Include a cover sheet with the following information:
 A. Name of Company
 B. Address
 C. City, state, zip code
 D. SAM.gov Unique Entity Identification (UEI) Number
 E. Taxpayer Identification Number (TIN)
 F. Socioeconomic status
 G. Point of contact (primary and alternate)
 H. Telephone number
 I. Email address
 J. Solicitation number
 K. Date of quote
 L. GSA contract number
 M. Small Business Administration 8(a) Active Certification Number and
expiration of active 8(a) certification.
 N. Name of any subcontractors and their socioeconomic status, if
applicable
 O. Prompt payment terms
 P. A statement specifying the extent of agreement with all terms,
conditions, and provisions included in the solicitation for Phase I.
 Q. Names and contact information of persons authorized to negotiate on
the company’s behalf.
 R. Current performance period on the GSA contract with option periods as
applicable.
 S. A statement that the Quote for Phase I expires no sooner than 120 days
after submission.
 Volume I, Section 2: Completed SF-1449 and SF-30:
o Fully complete and sign the SF1449 and SF30 (if applicable) upon submission.
o Ensure original signatures are present in block 30a of the SF1449 and block 15B
of the SF30 (if applicable).
o Certified electronic signatures are acceptable.
 Volume I, Section 3: Completed Provisions (Attachment I):
o Provide a completed copy of Attachment I - Provisions.
o Complete and return the following provisions with the quotation submission:
 Organizational Conflict of Interest Disclosure
 FAR 52.204-24 – Representation Regarding Certain Telecommunications
and Video Surveillance Services or Equipment (Nov 2021)
 FAR 52.204-26 - Covered Telecommunications Equipment or Services -
Representation (Oct 2020)
 FAR 52.209-7 – Information Regarding Responsibility Matters (Oct 2018)
 FAR 52.212-3 – Offeror Representation and Certifications – Commercial
Products and Commercial Services (Feb 2024)
 FAR 52.229-11 – Tax On Certain Foreign Procurements – Notice and
Representation (Jun 2020)
 Volume I, Section 4: GSA and SBA Certified 8(a) Verification Form (Attachment
J):
o Complete, sign, and submit a completed copy of Attachment J - GSA and SBA
Certified 8(a) Verification Form.
 Volume I, Section 5: SAM Registration and Unique Entity Identifier (UEI) Number
Information:
o Provide evidence of the Offeror's current System of Award Management (SAM)
database registration (http://www.sam.gov) and Unique Entity Identifier (UEI)
number.
o A screenshot of the Offeror's SAM registration page is acceptable evidence.
o All Offerors shall have an active SAM registration to receive Government
contracts or Task/Delivery Orders.
o It is the Offeror's responsibility to ensure that its SAM account is active at the
time of award and was active at the time of the quotation submission.
 Volume I, Section 6: Representations & Certifications:
o Submit a copy of the Offeror's current representations & certifications.
 Volume I, Section 7: Technical Assumptions and Exceptions for Factor A, Factor B,
and Factor C:
o Indicate any technical-related assumptions made, conditions stipulated, or
exceptions taken to any requirements identified within the PWS, as written, or
other terms and conditions of the solicitation that will apply to the resulting Task
Order.
o If no technical assumptions are noted, it will be assumed that the Offeror's
quotation reflects no technical assumptions for award and the Offeror agrees to
comply with all requirements and terms and conditions set forth herein.
o Any assumptions considered unacceptable by the Government and cannot be
resolved may result in the Offeror being removed from further consideration
and/or evaluation.
o Any technical-related assumptions listed in any other volume or section shall be
null and void.
 Volume I, Section 8: Factor A – Staffing Plan and Key Personnel Qualifications
(Phase I):
o Provide a staffing plan and approach, and the personnel qualifications for Key
Personnel demonstrating how proposed staffing and Key Personnel are fully
capable, skilled, experienced, qualified, and appropriately certified to support the
scope of all Five (5) Task Areas identified in the PWS.
o Demonstrate the qualifications of the proposed Key Personnel for the prime
contractor and any sub-contractor(s), Contracting Team Arrangements, or Joint
Ventures (if applicable).
o The offeror's quotation response under this section shall contain the following:
1. The Offeror's Staffing Plan demonstrating the offeror's ability to
provide the required qualified staffing minimums and the offeror's
staffing resource capabilities to hire, recruit, and retain staffing
levels to maintain existing and projected changes and fluctuation in
staffing levels throughout the life of the Order for both Key
Personnel and non-Key Personnel.

2. The Offeror's plan as to how staffing turnover is handled, resolved,


and mitigated to ensure no negative impact to performance.

3. Personnel Information: Personnel names, GSA labor categories to


align with the Government identified job titles, and qualifications
of the proposed Key Personnel conveying the quality, and depth of
skills, experience, and education of individual personnel in
working on similar projects and tasks demonstrating they have the
skills and experience to successfully execute the requirements
identified in the PWS under the Task Areas they have been
proposed to work under. Demonstrated qualifications must convey
similarity in scope/objectives/requirements, dollar
value/magnitude, workload, duration, and complexity as the
requirements of this solicitation.

4. Provide demonstrated evidence and tie-back that the proposed


personnel for Key Personnel meet or exceed the educational,
experience, and minimum requirements under each Task Area(s) in
the PWS for the labor category and position responsibilities to be
executed by the individual.
5. The Offeror's approach in complying with the Executive Order on
the No displacement of Qualified Workers under Service Contracts
of incumbent staff to which this Executive Order applies and for
those employees that qualify.

6. Statement of Commitment or Commitment letters for all Key


Personnel demonstrating their ability to be available to start work
immediately at the end of the Transition Period.
 Volume I, Section 9, Factor B - Management Approach and Capabilities and
Quality Control Plan and Program (Phase I):
o Provide the management approach and Quality Control Plan defining and
demonstrating how the Offeror intends and plans to manage, control, and oversee
the services and deliverables as well as contractor personnel, and applying risk
management and mitigation and addressing anticipated problems, issues,
constraints to satisfy the requirements defined in this solicitation and the PWS.
o Provide a Quality Control Plan summary and outline that identifies the offeror's
approach and plan for executing and maintaining a quality control plan and
program that is integrated into the overall management approach to ensure
requirements of the PWS and overall terms and conditions of the resulting award
are met.
o Demonstrate the quality control plan and program approach by addressing, at a
minimum, the offeror's escalation and governance process, how it identifies,
escalates, corrects, and mitigates critical issues, an explanation of the controls and
people involved in the decision-making and quality control plan and program
process, demonstrated ability to maintain an inspection system that is integrated
into the overall management approach and meet the requirements of PWS.
 Volume I, Section 10: Factor C – Demonstrated Prior Relevant Experience (Phase
I):
o Provide information of the Offeror's demonstrated prior relevant experience
within the last five (5) years from the date of solicitation issuance related to
Desktop Management Support (MDS) and End User Administration (EAU)
Support Services tying back to the five (5) Task Areas identified in the PWS.
o Submit a maximum of three (3) example projects to demonstrate prior relevant
experience.
o The Offeror shall submit a written submission, totaling no more than three (3)
pages for a total of no more than three (3) prior relevant experience samples,
detailing their PRIOR RELEVANT EXPERIENCE by providing and describing:
 • The name of the agency/customer supported.
 • Up-to-date customer point of contact information, email address, and
phone number.
 • The contract number associated with the prior experience example, total
dollar value, and period of performance.
 • Whether the submitted prior experience example was work performed by
the prime Offeror, prime Offeror's proposed subcontractor(s) (if
applicable), or company from a proposed Contractor Team Arrangement
(CTA) or Joint Venture and what portions of the contract the vendor
supported.
 • Describing the project (in terms of scope, time, dollar magnitude,
importance to customer, and so forth):

 • Thorough and detailed explanation of the work performed under


the relevant experience sample and how it relates to and ties-back
to the scope and requirements of the PWS.
 • The offeror shall explain how each project was similar to the five
(5) Task Areas for the MDS and EUA Support Services effort, how
it was different, and how its experience on that project can give
confidence to the Government that the offeror understands the
present requirements and will be successful in performing the
work.
 Volume II, Section 1: General:
o Include a cover sheet with a statement specifying the extent of agreement with all
terms, conditions, and provisions included in the solicitation for Phase II.
o Include a statement that the Quotation for Phase II expires no sooner than 120
days after submission.
 Volume II, Section 2: Technical Assumptions and Exceptions:
o Indicate any technical-related assumptions made, conditions stipulated, or
exceptions taken with the PWS, as written, or other terms and conditions of the
Task Order.
o If no technical assumptions are noted, it will be assumed that the Offeror's
quotation reflects no technical assumptions for award and the Offeror agrees to
comply with all requirements of the PWS and terms and conditions set forth
herein.
o Any assumptions considered unacceptable by the Government and cannot be
resolved may result in the Offeror being removed from further consideration
and/or evaluation.
o Any technical-related assumptions listed in any other volume or section shall be
null and void.
 Volume II, Section 3: Factor D – Draft Transition Plan and Approach (Phase II):
o Provide a draft Transition-in Plan that addresses how the Offeror will meet the
requirements of the PWS during the two (2)-month transition period and describe
how the Offeror will mitigate service disruptions during the transition period.
o The draft Transition-in Plan shall demonstrate the Offeror's ability to meet the
transition requirements identified in the PWS, specifically, Section 7.6.
o The draft Transition-in Plan shall contain critical milestones, contain transition
activities, identify risks and applicable mitigation strategies, provide details on the
transition organization, and address the Offeror's approach for complying with the
Executive Order on the Non displacement of Qualified Workers under Services
Contracts of incumbent staff to which this Executive Order applies and for those
employees that qualify.
o The draft Transition-in Plan will be finalized after Task Order award and prior to
the beginning of transition-in efforts.
o For Transition-out efforts, Offerors shall provide a high-level approach for
transition-out and demonstrate the offeror has the necessary means and
understanding to transition services to other contractors at the contract's end-of-
life and steps that are taken to ensure continuity of services.
 Volume III, Section 1: Price Assumptions and Exceptions:
o Indicate any price-related assumptions or exceptions made, conditions stipulated,
or exceptions taken with the PWS or other terms and conditions of the
solicitation.
o If not noted in this volume of the quote, it will be assumed that the Offeror's quote
reflects no price assumptions for award and agrees to comply with all of the
requirements and terms and conditions set forth herein.
o It is not the responsibility of the Government to seek out and identify
assumptions, conditions, deviations, or exceptions buried within the Offeror's
quote.
o Accordingly, any price-related assumptions listed in any other volume or section
shall be null and void.
o Any assumptions considered unacceptable by the Government, and cannot be
resolved, may result in the Offeror being removed from further consideration for
award.
o Assumptions do not include exceptions to the level of effort, which is binding.
 Volume III, Section 2: Pricing Narrative (Phase II):
o Provide a summary including an overview of the pricing approach, strategy, any
applicable discounts, and a detailed explanation of how their quote represents
compliance with FAR 52.219-14 Limitations on Subcontracting.
o The explanation shall include the percentage of work to be performed by the
quoting offeror (prime contractor) and each of the subcontractors, team members,
and/or affiliates, if applicable.
 Volume III, Section 3: Factor E – Price (Phase II):
o The price quote (Volume III) shall be a separate volume from the technical quote
(Volumes I and II (if the offeror participates in Phase II evaluations)).
o The pricing shall include the Offeror's GSA labor categories, GSA schedule
contract rates, discount percentage, proposed discounted burdened rates,
indications if the labor category is covered under the Service Contract Labor
Standards or is exempt, and the names of the proposed contractor personnel for
each identified job title.
o There is no page limit on the price quotation.
o Offerors shall quote discounted GSA firm-fixed pricing for Task Area 1 and fully
burdened and discounted fixed GSA labor rates for Task Areas 2 through 4 and
Sub-task Areas 2a and 3a for the 12-month base period, each of the four (4) 12-
month option periods, and the up to six (6)-month extension under clause 52.217-
8, Option to Extend Services, per the requirements of the Performance-based
Work Statement (PWS).
o

1. Offerors shall use, complete, and submit Attachment A – Schedule and


Pricing Template.
 The Offeror is required to submit pricing data in the format indicated in
the attachment (Excel).
 Offerors shall input all information (yellow cells only) into Tab “A. Labor
Categories & Discounts” and Tab "D. Contractor Personnel Info".
 The information from Tab “A. Labor Categories & Discounts” will auto-
populate Tabs B & C.
 Values currently present in Attachment A - Schedule and Pricing
Template, are examples and Offeror shall input their quoted information
into the yellow cells taking the place of the sample values.
o a. For Firm-Fixed-Price (FFP) CLINs (Task Area 1), Offerors shall analyze the
technical requirements of the PWS and propose a FFP it believes will meet the
underlying requirements for one (1) part-time (0.5 FTE) Program Manager.
 For evaluation purposes only, Offerors shall support and break down their
proposed FFP by supplying the labor category and burdened labor rates
for the one (1) part-time (0.5 FTE) Program Manager on which its FFP is
based for the base and all option periods.
 Offerors will be expected to provide the services required by the PWS at
the FFP.
o Note: Offerors shall leave Attachment A as an Excel spreadsheet when submitting
their price quote.
 Failure to use the Excel spreadsheet as provided will be viewed as
unacceptable and the Offeror may be removed from consideration for
award and further evaluation.
 Additionally, Offerors that materially alter Attachment A (e.g., change
travel amounts or hours for the labor hours categories), will be removed
from further consideration for award.
 Only fields highlighted in yellow within Attachment A are to be
completed by the Offerors.
o b. For Labor-Hour (LH) CLINs (Task Areas 2 -4), Offerors shall complete
Attachment A – Schedule and Pricing Template as instructed within the
attachment (see Attachment A for further instructions).
 The Pricing Template (Tab C within Attachment A) represents the
estimated hours in all expected labor categories for Task Area 2 -4 CLINs
in each contract period.
 Deviation from the Government's level of effort for LH CLINs will NOT
be accepted.
 The labor mix and number of hours are the Government's best estimate of
what will be required but are provided for evaluation purposes only.
 The hours and mix in actual post-award performance may vary
substantially from the estimates used for quoting purposes.
 Offerors shall identify their proposed GSA labor categories for each
Government identified Labor Category (Job Title), GSA Schedule
burdened rates, discount %, discounted burdened labor rates, and the
names of proposed personnel to fill each position/labor category.
 The proposed labor categories shall be based on the Offeror's GSA
Schedule contract and shall map back to the PWS job tiles, descriptions,
and minimum qualifications.
o

2. The Government is requesting discounted GSA pricing.

 If a discount is provided, Offerors shall indicate the non-discounted fixed


burdened GSA rates, the proposed percentage of discount, and the
discounted fixed burdened GSA rates on the Pricing Template.
 This information (i.e., the non-discounted GSA fixed rates and the
proposed percentage of discount) will be used to determine price fair and
reasonableness and calculate the overall evaluated price.
o

3. The price quote shall clearly identify all subcontractors to be used on the
resulting Task Order, including the name of the subcontract firm, total
FFP dollars and LH dollars, discounted burdened GSA fixed labor rates,
hours, and a breakdown showing hours and dollars for each deliverable or
Line Item.

 The total percentage of work being performed by each Subcontractor shall


be clearly identified.

5. Exceptions and Assumptions:

 Offerors shall state any exceptions taken to the terms and conditions or requirements of
the solicitation or assumptions about the terms and conditions or requirements.
 Omission of such a statement will be construed as the offeror's acceptance of all
solicitation terms and conditions and requirements.
 Identify the term or condition or requirement, state the reasons for the exception, and
provide any other information concerning the exception(s).
 Offerors are cautioned that any exceptions taken to the terms and conditions or
requirements of the solicitation could be detrimental to the evaluation of the offeror's
quotation package and may result in the offerors' response being determined as non-
conforming or unacceptable for award.

6. Incurring Costs:

 The Contracting Officer is the only person who can legally obligate the Government for
the expenditure of public funds.
 This solicitation does not commit the Government to pay any costs incurred in the
submission of any quotation, in making necessary studies or designs for the preparation
thereof, or to acquire or contract for any services.
 Costs shall not be incurred by recipients of the solicitation in anticipation of receiving
direct reimbursement from the Government.
 It is understood that the offeror's quotation will become part of the official file on this
matter without obligation to the Government.

7. Use of CPARS Past Performance Data:

 The Government may use past performance information contained in the Contractor
Performance Assessment Reporting System (CPARS.GOV) in addition to any past
performance data required elsewhere in this solicitation.

8. Additional Information:

 Contact Information:
o Julie Englehart, Contracting Officer, [email protected]
o Colin Breen, Contract Specialist, [email protected]
 Website:
o SAM.gov: https://www.sam.gov
o CPARS.gov: https://www.cpars.gov
o IPP.gov: https://www.ipp.gov
o IRS.gov: https://www.irs.gov
o Treasury.gov: https://www.treasury.gov
o Section508.gov: http://www.section508.gov
 Other:
o The Government reserves the right to remove any quotation response from the
competition or evaluation if the Offeror's response is determined as non-
conforming to the solicitation instructions or requirements.
o The Government reserves the right to award to the highest-technical merit,
lowest-price offeror without conducting a trade-off analysis.
o The Government may determine that an offer is unacceptable if the base or option
prices are significantly unbalanced, unreasonably high, or unrealistically low.
o Evaluation of options shall not obligate the Government to exercise the options.

Note: This summary is based on the provided RFP document and may not include all submission
instructions. Offerors are advised to carefully review the entire RFP document for complete and
accurate information.

Evaluation Factors for Award


The Government intends to award a single Task Order in response to the solicitation against an
existing GSA Schedule contract using the procedures in FAR 8.4 to the responsible Offeror
whose quotation response, in conforming to the RFQ, provides the overall best value to the
Government considering technical evaluation factors and price.

The Contracting Officer will utilize a best value trade-off methodology where: Within Phase I,
Factors A, B, and C are listed in descending order of importance. Phase I non-price Evaluation
Factors, when combined, are more important than the Phase II non-price Evaluation Factor
(Factor D). All non-price evaluation criteria, when combined, are significantly more important
than Factor E – Price.

The “best value” may not necessarily be the quotation offering the lowest overall evaluated
price, nor an offeror demonstrating technical superiority. The Government reserves the right to
award to a lower priced offeror when the offers are considered essentially equal in terms of
technical merit. If the quoted price is so high as to diminish the value of the technical superiority,
price may become the determining factor for award. In summary, a price/technical trade-off
analysis will be conducted, and a “best-value” determination made. Where the highest-technical
merit, lowest price quotation is selected for award, a price/technical trade-off is not required. As
such, the Government reserves the right to award to the highest-technical merit, lowest-price
offeror without conducting a trade-off analysis.

Additionally, the offeror shall be determined responsible per the meaning described in FAR
9.104. Responsibility will be determined by reviewing items such as, but not limited to, an
offeror’s SAM.gov registration, SAM.gov exclusions and other responsibility information on the
SAM.gov site, and past performance information in the Contractor Performance Assessment
Reporting System (CPARS).

In order to be eligible for award, the offeror shall be determined responsible in accordance with
FAR 9.1; demonstrate a quoted technical approach, solution, and personnel that meets or exceeds
requirements identified within the PWS, solicitation, and evaluation criteria; be determined
conforming to solicitation terms and conditions and instructions; hold a GSA contract under SIN
54151S; and quote fair and reasonable pricing in accordance with their GSA contract SIN
54151S contract.

The following evaluation factors will be used for quotation evaluations. All non-price evaluation
factors, when combined, are significantly more important than cost or price. Phase I non-price
evaluation factors are more important than Phase II non-price factors.

Phase I Evaluation Factors:

 Factor A - Staffing Plan and Key Personnel Qualifications


 Factor B - Management Approach and Capabilities and Quality Control Plan and
Program
 Factor C - Demonstrated Prior Relevant Experience

Phase II Evaluation Factors:

 Factor D - Draft Transition Plan and Approach


 Factor E – Price

Factor A: Staffing Plan and Key Personnel Qualifications (Phase I)

The Government will evaluate and assess the Offeror’s staffing plan and approach and Key
Personnel Qualifications which the Offeror identifies and commits Key Personnel (both at the
prime contractor and subcontractor, contracting teaming arrangement, or joint venture (if
applicable) level) with the appropriate skills, experience, qualifications, and certifications
demonstrating personnel proposed have the understanding and qualifications to execute the
objectives, tasks, and requirements identified in the PWS and under all Five (5) Task Areas.

The Government will evaluate the Offeror’s Staffing Plan to assess: (1) The ability to provide the
required qualified staffing minimums and the offeror’s staffing resource capabilities to hire, fill,
retain, and recruit staffing levels to maintain existing and projected changes and fluctuation in
staffing levels throughout the life of the Order; (2) How staffing turnover is handled, resolved,
and mitigated to ensure no negative impact to performance; and (3) The Offeror’s approach in
complying with the Executive Order on the Nondisplacement of Qualified Workers under
Service Contracts of incumbent staff which this Executive Order applies and for those employees
that qualify.

The Government will evaluate the extent to which the Offeror identifies and commits Key
Personnel with the appropriate qualifications, skills, experience, training/certifications tying back
to the Task Area that such personnel have been proposed to execute/work. Key Personnel
Qualifications will be evaluated based on the currency, quality and depth of experience of
individual personnel working on similar projects (currency, size, scope, magnitude, duration, and
complexity).

Factor B: Management Approach and Capabilities and Quality Control Plan and Program
(Phase I)

The Government will evaluate the Offeror’s management approach and capabilities by
evaluating how the Offeror proposes and plans to manage, control, and oversee the services and
deliverables as well as contractor personnel, and applying risk management and mitigation and
addressing anticipated problems, issues, constraints.

The Offeror’s Quality Control Plan and Program will be evaluated to ensure: (1) Measures are in
place to execute successful performance oversight, remediation, mitigation, and that there are
developed and implemented procedures to identify, prevent, and ensure non-recurrence of
defective or non-conforming services; (2) A demonstrated effective and efficient quality
management structure and processes are in place that are integrated into the overall management
approach and allow management of Task Order personnel and requirements and the
responsibilities assigned for oversight and quality management; and (3) the Offeror has
demonstrated the ability to maintain an inspection system that is integrated into the overall
management approach and meet the requirements of PWS.

Factor C: Demonstrated Prior Relevant Experience (Phase I)

The Government will assess its confidence that the Offeror will successfully perform the work,
objectives, and requirements of the solicitation and resulting award, by evaluating the Offeror's
demonstrated prior relevant experience from no more than three (3) contracts/orders performed
within the last five (5) years (from the date of this RFQ release). Prior relevant experience will
be evaluated to assess the expectation of successful outcomes based on the extent to which the
Offeror has performed similar projects/efforts/tasks and demonstrates a comprehensive
understanding and successful execution as the requirements identified under all five (5) Task
Areas within the PWS.

Factor D: Draft Transition Plan and Approach (Phase II)

Transition-in:

The Offeror’s draft transition-in approach and plan will be evaluated to ensure they have the
necessary means to transition services from another contractor to carry-out successful
continuation of services.

Transition-out:

The Offeror’s high-level approach for transition-out efforts shall also be explained and will be
evaluated to assess whether the Offeror has the necessary means to transition services to other
contractors at the contract’s end-of-life and steps that are taken to ensure continuity of services.

Factor E: Price (Phase II)

The Government will evaluate the offeror’s quoted discounted GSA pricing for reasonableness.
Evaluation of the price will be based on the total overall evaluated price which is the sum of the
base period (12 months), four 12-month option periods, and the potential up to six (6)-month
option period under clause 52.217-8. Each price quotation will be evaluated for accuracy,
completeness, and reasonableness. This process involves verification that prices are included for
all solicitation requirements, are GSA pricing, and that figures are correctly calculated. A fair
and reasonable determination will include a comparison with the Offeror’s discounted GSA
schedule rates, other quotes submitted, and may include other price analysis techniques in
accordance with FAR 15.404-1(b) as FAR 15 price analysis techniques may be used under FAR
8.404 procedures. The Government may determine that an offer is unacceptable if the base or
option prices are significantly unbalanced, unreasonably high, or unrealistically low. Evaluation
of options shall not obligate the Government to exercise the options.

The Total Evaluated Price for purposes of award evaluation will be determined by the total
calculation identified in the submission for Attachment A – Schedule and Pricing Template.

To account for the possible use of the six-month option period extension permitted under clause
52.217-8, the Government will take the offeror’s quoted pricing under option period 4, prorated
to a six-month value, and add it to the sum of the 12-month base period and four 12-month
option periods. This amount will be the total overall evaluated price. Evaluation of options shall
not obligate the Government to exercise the option. FAR 52.217-8 can be exercised at any point
during the period of performance of the Task Order and applies to the period of performance
immediately preceding exercising the option.

Attachments and Exhibits


The RFP document lists the following attachments and exhibits:

Attachment Title Instructions

Separate Excel Spreadsheet. Offerors shall input all


information (yellow cells only) into Tab “A. Labor
Categories & Discounts ” and Tab "D. Contractor
Personnel Info". The information from Tab “A.
Attachment Schedule and Pricing Labor Categories & Discounts ” will auto -populate
A Template Tabs B & C. Values currently present in Attachment
A - Schedule and Pricing Template, are examples
and Offeror shall input their quoted information into
the yell ow cells taking the place of the sample
values.

Attachment DI-137 Release of


B Claims

Attachment Non-disclosure
C Agreement

Attachment Certificate for


D Conflict of Interest

IT Security and
Attachment
Facility Access
E
Instructions

DOI IT Baseline
Attachment
Compliance Contract
F
Guidelines

Attachment DI-105 DOI Receipt


G of Property

Government
Attachment
Furnished Property
H
/Equipment List

Attachment Provisions Offerors shall provide a completed copy of


I Attachment I – Provisions . This solicitation
contains the following provisions that each Off eror
shall complete and return with its quotation
submission:
Attachment Title Instructions

• Organizational Conflict of Interest Disclosure


• FAR 52.204 -24 – Representation Regarding
Certain Telecommunications and Video
Surveillance Services or Equipment (Nov 2021)
• FAR 52.204 -26 - Covered Telecommunications
Equipment or Services -Representation (Oct 2020)
• FAR 52.209 -7 – Information Regarding
Responsibility Matters (Oct 2018)
• FAR 52.212 -3 – Offeror Representation and
Certifications – Commercial Products and
Commercial Services (Feb 2024)
• FAR 52.229 -11 – Tax On Certain Foreign
Procurements – Notice and Representation (Jun
2020)

General Services
Administration Offerors shall complete, signed, and submit a
Attachment
(GSA) and SBA completed cop y of Attachment J – GSA and SBA
J
Certified 8(a) Certified 8(a) Verification Form.
Verification Form

Key Personnel
This RFP document outlines specific requirements for Key Personnel, essential for the successful
execution of the Managed Desktop Support (MDS) and End User Administration (EUA) Support
Services Task Order.

Key Personnel Positions

Position Title Task Area Location Required Qualifications

Offsite Project Management


(Remote) Professional (PMP)
TA1: Program with periodic certification required.
Program Manager
Management travel to Experience dealing with the
onsite Task Areas identified within
locations the scope of this Order.

Computer User TA2: Washington, CompTIA A+, Network+, or


Support Specialist – Information DC Security+, Microsoft Certified
Subject Matter Expert Technology (IT) Desktop Support Technician
Position Title Task Area Location Required Qualifications

(MCDST), Microsoft Certified


Technology Specialist
(MCTS), Microsoft Certified
IT Professional (MCITP),
Help Desk Institute (HDI),
Microsoft Certified Systems
Administrator (MCSA),
Microsoft Certified Systems
Engineer (MCSE), BlackBerry
Certified Support Specialist,
(Task Lead Area 2) Support
Information Technology
Infrastructure Library (ITIL),
experience with Microsoft
Exchange/Outlook, hybrid
Microsoft Exchange/Outlook
with Notes, and alternative
environments for operating
systems, productivity
software, and email (including
Google Mail).

Computer User TA2: Denver, CO CompTIA A+, Network+, or


Support Specialist – Information Security+, Microsoft Certified
Senior Level Technology (IT) Desktop Support Technician
Support (MCDST), Microsoft Certified
Technology Specialist
(MCTS), Microsoft Certified
IT Professional (MCITP),
Help Desk Institute (HDI),
Microsoft Certified Systems
Administrator (MCSA),
Microsoft Certified Systems
Engineer (MCSE), BlackBerry
Certified Support Specialist,
Information Technology
Infrastructure Library (ITIL),
experience with Microsoft
Exchange/Outlook, hybrid
Microsoft Exchange/Outlook
with Notes, and alternative
environments for operating
systems, productivity
software, and email (including
Position Title Task Area Location Required Qualifications

Google Mail).

CompTIA A+, Network+, or


Security+, Microsoft Certified
Desktop Support Technician
(MCDST), Microsoft Certified
Technology Specialist
(MCTS), Microsoft Certified
IT Professional (MCITP),
Help Desk Institute (HDI),
Microsoft Certified Systems
Administrator (MCSA),
TA2:
Computer User Microsoft Certified Systems
Information Washington,
Support Specialist – Engineer (MCSE), BlackBerry
Technology (IT) DC
Senior Level Certified Support Specialist,
Support
Information Technology
Infrastructure Library (ITIL),
experience with Microsoft
Exchange/Outlook, hybrid
Microsoft Exchange/Outlook
with Notes, and alternative
environments for operating
systems, productivity
software, and email (including
Google Mail).

Knowledge of increasingly
complex and progressive
experience in computer
Computer Systems systems/network engineering.
TA3: Operating
Administrator – Experience supporting and
System (OS) Offsite
Senior Level (Task configuring Microsoft
and User (Remote)
Lead for Task Areas 3 enterprise environments
Administration
and 4) preferred. In-depth knowledge
of scripting and automating
processes through PowerShell
and other methodologies.

Computer Systems TA3: Operating Offsite Knowledge of increasingly


Administrator – System (OS) (Remote) complex and progressive
Senior Level and User experience in computer
Administration systems/network engineering.
Experience supporting and
Position Title Task Area Location Required Qualifications

configuring Microsoft
enterprise environments
preferred. In-depth knowledge
of scripting and automating
processes through PowerShell
and other methodologies.

Knowledge of increasingly
complex and progressive
experience in computer
systems/network engineering.
TA3: Operating
Computer Systems Experience supporting and
System (OS) Offsite
Administrator – configuring Microsoft
and User (Remote)
Journeyman enterprise environments
Administration
preferred. In-depth knowledge
of scripting and automating
processes through PowerShell
and other methodologies.

Knowledge of increasingly
complex and progressive
experience in computer
systems/network engineering.
TA3: Operating
Windows/Operating Experience supporting and
System (OS) Offsite
System Administrator configuring Microsoft
and User (Remote)
– Level III enterprise environments
Administration
preferred. In-depth knowledge
of scripting and automating
processes through PowerShell
and other methodologies.

Computer Systems TA4: Email Offsite Advanced knowledge of mail


Administrator - Services (Remote) server configurations, mail
Journeyman routing, and mail protocols.
Proficient in messaging
replication schemes, mail
routing, message tracing and
tracking, troubleshooting,
Transmission Control Protocol
(TCP), Simple Mail Transfer
Protocol (SMTP), Lightweight
Directory Access Protocol
(LDAP), and Hypertext
Position Title Task Area Location Required Qualifications

Transfer Protocol (HTTP)(s)


protocols and troubleshooting,
manipulating permissions at
the server, database, and
document level, manual
creation and manipulation of
server configuration items,
end-users, groups, and generic
accounts, understanding and
expertise of appropriate
scripting technology, and
excellent verbal and written
communication skills.

Key Personnel Resume Requirements

 Format: No specific format is mentioned, but the RFP states that qualifications must be
demonstrated and tied back to the PWS requirements.
 Content: Resumes or written narratives demonstrating Key Personnel qualifications are
required.
 Page Limitations: The total page limit for Factor A (Staffing Plan and Key Personnel
Qualifications) is 20 pages. A single page with commitments and signatures for all Key
Personnel is recommended to stay within the page limit.

Clearance Requirements

 Personnel Security Clearance: All contractor personnel requiring access to Government


facilities or information must have a favorably adjudicated Minimum Background
Investigation (MBI) conducted by the Office of Personnel Management (OPM).
 Facility Clearance: Contractor personnel must have a Federal government-issued
Personal Identity Verification (PIV) credential before being allowed unsupervised access
to a DOI facility and/or information system.
 Time Constraints: The contractor must identify all personnel requiring access at least
two weeks before the start of contract performance. The credentialing process includes
background checks and may take time.

Other Personnel-Related Information

 Staffing Levels: The RFP provides estimated staffing levels for each Task Area.
 Subcontractor Personnel: The contractor must provide information about any
subcontractors and their socioeconomic status.
 Key Personnel Replacement: The contractor must notify the Contracting Officer and
Contracting Officer’s Representative in writing prior to any changes in key personnel.
Substitutions are allowed only in the event of sudden illness or death, or termination of
employment. The Government may require the Contractor to remove a Key Personnel
individual within five working days if their services do not conform to contract
requirements or jeopardize successful performance.

Note: The RFP document does not explicitly require the submission of formal resumes for all
Key Personnel. However, it emphasizes the importance of demonstrating qualifications and
experience that align with the PWS requirements. Offerors should carefully review the RFP and
ensure they provide sufficient information to demonstrate the capabilities of their proposed Key
Personnel.

Red Flags

Personnel Requirements

 Stringent Key Personnel Requirements: The RFP emphasizes the importance of


specific Key Personnel and requires detailed qualifications, including resumes or written
narratives demonstrating their experience. This could be a Red Flag for smaller
companies with limited resources or those unable to commit specific individuals to the
project.
 Mandatory Background Checks: The RFP mandates background investigations for all
contractor personnel, including subcontractors, who will have access to government
facilities or information. This requirement could be a significant hurdle for companies
with limited experience in government contracting or those with personnel who may not
meet the required clearance levels.
 Key Personnel Retention: The RFP states that no substitutions for Key Personnel will
be accepted except in the event of sudden illness or death, or termination of employment.
This could be a Red Flag for companies with high employee turnover or those who may
need to adjust their staffing based on project needs.
 Nondisplacement of Qualified Workers: The RFP includes a clause requiring
contractors to offer a right of first refusal of employment to service employees of the
predecessor contractor. This could be a Red Flag for companies who are not familiar with
this requirement or who may not be able to accommodate the needs of the predecessor's
workforce.

Technical Challenges

 Complex Technical Requirements: The RFP outlines a complex IT environment with a


wide range of systems, software, and technologies. This could be a Red Flag for
companies with limited experience in supporting such environments or those who may
not have the necessary expertise in specific areas.
 Stringent Performance Standards: The RFP sets specific performance standards for
each Task Area, including response times, resolution rates, and customer satisfaction
scores. These standards could be challenging to meet, especially for companies with
limited experience in government contracting or those who may not have the necessary
resources to achieve the required levels of performance.
 Change Management Process: The RFP describes a detailed change management
process with specific requirements for submitting and approving change requests. This
could be a Red Flag for companies who are not familiar with ITIL standards or who may
not have the necessary resources to manage a complex change management process.
 Patch Management: The RFP requires the contractor to implement all original
equipment manufacturer (OEM) recommended patches in accordance with the priority
level established by the DOI CAB. This could be a Red Flag for companies who may not
have the necessary expertise or resources to manage a complex patch management
process.

Administrative and Contractual Challenges

 Electronic Invoicing and Payment Requirements: The RFP mandates the use of the
U.S. Department of the Treasury's Invoice Processing Platform System (IPP) for
submitting invoices. This could be a Red Flag for companies who are not familiar with
IPP or who may not have the necessary resources to comply with the IPP requirements.
 Challenging Deadlines: The RFP includes several deadlines for submitting proposals
and responses, including a short timeframe for responding to the advisory down-select
notification. This could be a Red Flag for companies who may not have the necessary
resources to meet these deadlines.
 Ambiguous or Contradictory Statements: The RFP contains some ambiguous or
contradictory statements, such as the inconsistent section numbering and the conflicting
information about the maximum number of prior relevant experience examples. This
could be a Red Flag for companies who may not be able to fully understand the RFP
requirements or who may need to clarify these ambiguities before submitting their
proposal.

Other Red Flags

 Limited Information Release: The RFP states that certain information, such as Standard
Operating Procedures (SOPs), Service Level Agreements (SLAs), and DOI policies and
procedures, will only be released to the contractor after award and the submission of
signed non-disclosure agreements (NDAs). This could be a Red Flag for companies who
may not be able to fully understand the scope of work or who may not be able to meet the
government's security requirements.
 Government Furnished Property: The RFP states that the government will provide the
contractor with office space, furniture, telephone service, computers, internet access, and
other necessary office supplies and equipment. However, the RFP also states that the
contractor will be responsible for lost or damaged property. This could be a Red Flag for
companies who may not have the necessary resources to manage government-furnished
property or who may not be able to meet the government's requirements for property
accountability.
Overall, the RFP document contains several potential Red Flags that could be challenging
for companies to address. Companies should carefully review the RFP and consider the
potential impact of these Red Flags on their proposal compliance and project success.

You might also like