Response Document Doc3 V1
Response Document Doc3 V1
Specification Value
RFQ
Department of the Interior (DOI)
Department
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
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.
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
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:
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:
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
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.
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.
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.
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:
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):
1. General 2 pages
Phase II:
o Volume II (General and Technical):
Page
Section
Limit
1. General 2 pages
Page
Section
Limit
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.
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.
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.
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.
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.
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.
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.
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.
Attachment Non-disclosure
C Agreement
IT Security and
Attachment
Facility Access
E
Instructions
DOI IT Baseline
Attachment
Compliance Contract
F
Guidelines
Government
Attachment
Furnished Property
H
/Equipment List
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.
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.
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.
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
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
Technical 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.
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.