SOLICITATION NOTICE
R -- Copy of VECTOR
- Notice Date
- 2/21/2020 6:50:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- STRATEGIC ACQUISITION CENTER - FREDERICK (36C10X) FREDERICK MD 21703 USA
- ZIP Code
- 21703
- Solicitation Number
- 36C10X20R0011
- Response Due
- 3/2/2020 8:59:59 PM
- Archive Date
- 05/01/2020
- Point of Contact
- Joshua DeanJoshua.Dean@va.gov
- E-Mail Address
-
Joshua.Dean@va.gov
(Joshua.Dean@va.gov)
- Awardee
- null
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 12 0001 02/21/2020 NA 36C10X Strategic Acquisition Center - Frederick Department of Veterans Affairs 5202 Presidents Court, Suite 103 Frederick MD 21703 36C10X Strategic Acquisition Center - Frederick Department of Veterans Affairs 5202 Presidents Court, Suite 103 Frederick MD 21703 To all Offerors/Bidders 36C10X20R0011 X X X 1 The purpose of this amendment is to provide responses to questions received by the due date/time. CONTINUATION PAGE Questions/Answers General Information to Assist with Proposal Submission and Preparation: Please read the solicitation, including the proposal instructions, attachments, and all amendments. Many of the questions received are clearly explained in the solicitation. It is imperative to follow the solicitation instructions. Otherwise, your proposal may not be considered for evaluation upon receipt. Questions irrelevant to proposal preparation and submission (e.g. funding sources; requirements development; how the procurement will be managed by the Government; the evaluation team, etc.) or those explicitly clear in the RFP have not been addressed. If you did not submit an intent to propose, you may still submit a proposal. While the proposal intent notification is optional, the proposal due date and time has not changed and will be strictly enforced. Please extend the solicitation due date No extension is granted. Would a VetBiz verified SDVOSB that exceeds the small business $15M size standard for NAICS 541611 be eligible for award? No, per section E.14 of the solicitation, all offerors must be certified in SAM.gov as a SB under NAICS code 541611. If a company exceeds the size standard, that company is no longer a small business. Can an SDVOSB that is in the process of obtaining VetBiz verification propose? Can an SDVOSB with an expired verification that is in the process of recertifying, be considered? Per Section E.14 of the solicitation, offerors must be VetBiz verified at time of proposal submission in order for the proposal to be considered. This is compliant with VAAR 852.219-10. Offerors that are pending or expired cannot be considered as they do not meet the definition of Service Disabled Veteran Owned Small Business. Do SDVOSB subcontractors have to meet the $15M size standard to meet the requirements for Tier 1? Yes, subcontractors must meet the $15M size standard for NAICS Code 541611 to be evaluated in Tier 1. If a company exceeds the size standard, that company is no longer a small business. If a contractor meets the $15M size standard for NACIS 541611 at the time of proposal submission, however prior to award recertifies and then exceeds the size standard, are they eligible for award? No, to be eligible for award, an offeror must meet the size standard for NAICS 541611 at time of proposal submission and at time of award. While this exceeds the SBA guidance, it is less cumbersome than requiring recertification with the submission of each Task Order, and is being implemented to ensure that awards are being made to SDVOSBs. Considering that a JV, as a separate LLC, would be verified by CVE as an SDVOSB/VOSB, and can made up of up to 49% non-veteran small business partners, what is the purpose of requesting VOSB/SDVOSB verification information for each JV Partner? Will VA consider removing the column requesting Verified in VetBiz for the Joint Venture Partners, and ask that information for only Joint Venture (LLC)? To be considered for Tier 1 all JV partners need to be VetBiz verified. A JV that contains one or more small businesses would be considered in Tier 2 and a JV that contains one of more large businesses would be considered in Tier 3. The Labor Category spreadsheet template has Unit and Quantity column headings. Is HR for hourly? And Quantity is the number of man hours per year? If yes, then 500 reflects approximately .25 FTE? HR stands for hours and the quantity is the estimated number of hours per LCAT. These will be used for evaluation purposes only. The Labor Categories Excel spreadsheet has a Total column, but it s not clear if we should complete this, leave it blank or add an equation. Can you clarify? The total column must be completed. The Labor Categories Excel Spreadsheet has tabs for multiple years. There doesn t appear to be�a Year 1. Is that intentional? Yes, Year One of the VECTOR IDIQ has already been completed. Are resumes required? If so, does it count against the page limit and would it be for all personnel or key personnel. No Key Personnel are required, therefore no resumes are required. Not all questions in Attachment G Service Groups ask about experience. For example, some questions ask offerors to describe methodology, approach, procedures, understanding, etc. Should offerors discuss experience in those questions which only ask for methodology, approach, procedures, understanding, etc.? Offerors are to answer the questions in Attachment G as they determine most appropriate for the Government to make a determination on their capabilities and evaluate in accordance with Section E.14. Can companies that have already been awarded a VECTOR prime contract be proposed as a subcontractor on this on-ramp within the same Service Group? Within a different Service Group? Current VECTOR primes can pe proposed as subcontractors for Service Groups in which they do not have a current award. Can companies that are subcontractors on an awarded VECTOR contract be proposed as a subcontractor to a new prime on this on-ramp within the same Service Group? Within a different Service Group? Subcontractors can only be proposed on one proposal within a Service Group for this on ramp. Subcontractors previously proposed during the initial VECTOR awards can be proposed for this onramp, however can only be proposed on one proposal in a Service Group as stated above. If one subcontractor is proposed on multiple proposals within the same Service Group, then each proposal will be excluded. Can the government clarify the difference between the Hourly Rate and the Full Burdened Hourly Rate on the Pricing Sheets? The hourly rate is the rate that the personnel will be paid directly by the contractor. The fully burdened rate is the rate that the Government will be billed for each hour and includes the hourly rate plus any applicable indirect rates and profit. Can a vendor who is currently a subcontractor to a prime in a Service Group on the current VECTOR contract submit a bid as a prime in the same Service Group for this VECTOR On-Ramp? Yes, a subcontractor may submit a proposal during an on-ramp, with the understanding that it could no longer subcontract in a Service Group under which it received an award. It is unlikely that any existing Task Orders would be affected, but this will depend on the specific situation. The circumstances will dictate how this would be handled (e.g. in the event of an Organizational Conflict of Interest.) Is there an opportunity to suggest alternative work locations and or conduct work remotely from government and client sites that meet government requirements? This will be determined at the Task Order Level. Is there a detailed implementation plan, including a timeline, for the startup and transition process for Task Order awardees? This will be determined at the Task Order Level. Does the government have a scale or grading tool for use to evaluate the RFP? How will the government evaluate the proposals it receives from vendors, and what criteria are they going to examine? The evaluation approach is outlined in Section E.14 of the solicitation. What will happen to competitive responses once the proposals are submitted? How long will it take for vendors to find out if it s moved to the next phase of the process, and will vendors get notified of any developments along the way? The duration of the evaluation process will depend on the number of proposals received. Offerors will be notified once awards are made. Section E.3 INSTRUCTIONS TO OFFERORS, Subsection B. PROPOSAL FILES, 1. Format: The VECTOR RFP states: Do not change the margins or formatting in the Templates provided and Do not alter the headers or footers in the Templates with the exception of adding the Offeror s name and updating page numbers. The RFP also states: Font shall be and the size shall be 11-point Calibri. Parts of Attachment G, Proposal Book, are formatted for Calibri 14-point and the Offeror s Name in the Header is set up for 10-point Calibri. Would the Government please verify that Offerors may use 14-point Calibri under Offeror Information and Prime Contractor Size Status on Page 1 of the Proposal Book and in the Proposed Subcontracting Structure and Prime Joint Venture Tables on Page 2, and 10-point Calibri in the Header throughout? Offerors are to use the font/size that are included on the templates provided by the Government. Would the Government please clarify that no Information Systems Security Plan is required to be submitted with the IDIQ proposal response? This is not required at this time. This will be determined at the Task Order Level. Service Group 4 question 2 reads, Please detail your ability to effectively and successfully develop, implement, manage, and execute two or more large, national outreach, education, campaign, or communication efforts. Evidence must be clear and accurate. Offeror merely stating the ability will not be considered Satisfactory. Question 3 reads, Demonstrate ability and experience in successfully executing strategic outreach, communication, education, public health, and/or awareness building activities for various issues, organizations, or efforts. The information being sought in these two questions appears to be very similar. Would the Government please clarify how the questions are unique and what information offerors need to provide in each question? Offerors should answer the questions as stated. Question number 6 requests, Submit up to 10 active web URLs that demonstrate sample products If no active URL exists that houses the live sample, may offerors provide URLs to view the samples in an online portfolio they create? Yes. Would the Government please confirm that no statement or documentation is required from offerors for which no Organizational Conflict of Interest exists? No statement is required as no requirements are defined at this time. OCI s will be handled at the Task Order level. Will the Government be evaluating the total for each contract year individually, the total of all contract years by government/contractor site, or the total of all contract years (both sites combined)? The Government will be evaluating price in accordance with Section E.14. Can offerors include a table of contents, acronyms, traceability matrix, and executive summary that are excluded from the page count specified in the proposal booklet? A specific format is provided as the proposal booklet. Any information in the proposal booklet will count against the page counts. Can the Vendor submit a response to ONE service group or does the VA require the vendor to be able to work on all SERVICE GROUPS? Offerors are not required to propose on all Service Groups. Is the Vendor required to have an office in Washington DC? No Can the Vendor utilize other SDVOSB's as subs or are they required to utilize blind disabled as stated in the scope of work? NIB C.4 E.5 52.208-9 CONTRACTOR USE OF MANDATORY SOURCES OF SUPPLY OR SERVICES(a) Certain supplies or services to be provided under this contract for use by the Government are required by law to be obtained from nonprofit agencies participating in the program operated by the Committee for Purchase from People Who Are Blind or Severely Disabled (the Committee) under 41 U.S.C. 8504. Contractors are to propose the subcontractor mix they determine most appropriate. The implications of FAR 52.208-9 will be determined at the Task Order level when requirements are defined. Will the awarded vendors start work immediately with the existing VECTOR contract or will it begin in 2023? The period of performance of the on-ramped companies will be determined at the time of award, however on-ramped companies should be prepared to propose on new task orders at that time. Can the labor hour rates submitted during IDIQ be revised during TO if deemed appropriate for that Task Order? Contractors may propose rates for task orders that are at or below their awarded rates. The price quote Excel sheet asks for rates for up to 10 years. It is hard to estimate the rate of 10 years in the future as supply and demand change the labor rates, and also inflation. Appreciate your guidance for the same, how do you recommend we calculate rates for future years. Offerors are to propose rates they determine appropriate, however must include pricing for all years. E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2015); (b) Submission of Offers. RFP section ""E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2015); (b) Submission of Offers."" it is states that offerors must show, ""Terms of Any Express Warranty"". The Proposal Booklet cover page (i.e., Offeror Information Section) does not provide a response area for this, As a result, can Offeror's write in this information on the cover of the Government provided Proposal Booklet, in the section identified as ""Cover Page for SF 1449 (Signed), Amendments (Signed), and Other Documents"", or will the Government provide an updated version which has a place identified for this information? Offerors are to provide a signed copy of the 1449 and any amendments. No warranty information is required at this time. ""E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2015); (c) Period of Acceptance of Offers"" states, ""The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation"". Where can offerors provide this information or is it assumed by submission of proposals that this requirement is met? If written acceptance to this specific requirement is needed, can offeror's write in this information on the cover of the Government provided Proposal Booklet, in the section identified as ""Cover Page for SF 1449 (Signed), Amendments (Signed), and Other Documents"", or will the Government provide an updated version which has a place identified for this information? By submitting a proposal, the contractor is agreeing to these terms. For the on-ramp, there are approximately 30 new LCATs that are healthcare focused. The PWS does not reference healthcare support. Can SAC clarify the role of healthcare experience during on-ramp evaluations? Is healthcare experience required or preferred in the technical response? The Healthcare LCATS will be evaluated in accordance with the solicitation. Specific experience requirements will be determined at the TO level. Can the offeror provide their response in the Proposal Booklet in colored text (e.g., blue) to allow for better readability? Responses shall be in black font. Will the government require specific software or programs that can only be used behind the VA firewall? This will be determined at the Task Order Level. Does the government require contractor provide all cameras, camera equipment, and accessories for video production or will some government equipment (software) be accessible? This will be determined at the Task Order Level. The Government states: Offerors must state that the experience is that of a proposed subcontractor or employee. Experience of subcontractors or employees may not be rated as favorably as that of the prime. To help inform offerors decisions regarding which experience to leverage, can the Government provide any additional information regarding the relative weighting assigned to the prime experience vs. subcontractor or employee experience? There is no weight assigned. The technical capability will be evaluated as a whole. However, experience of the prime contractor may be determined more favorable since that experience is not contingent on retaining a certain subcontractor and the prime is responsible for providing the services. The Government has not aligned the Data Analyst or Data Scientist LCATs to Service Group 4. Will the government revise Attachment A to add these LCATs to Service Group 4? This would better enable offerors to leverage innovative, data-driven approaches to inform decisions related to outreach and to better measure the impact of those decisions. There is no change. The Government believes the necessary LCATS are included in Service Group 4. Upon award of a Task Order, can the Subcontracting Teaming arrangement change? Upon award of a Task Order, what if the Awardee adds a Subcontractor that was previously on a different Task Order Team? What happens if the Task Order award is in Tier 1 and upon award, the Awardee adds a Subcontractor that is not in the applicable Tier 1 category? At the Task Order level, any changes to the proposed subcontracting team will need to be approved by the Contracting Officer. This includes additional layers of subcontracting. The Tier in which the proposal was originally evaluated will be considered by the CO when reviewing the request for changes. Awardees are advised that changes to the subcontracting team after task order award may not be approved. Does the Contracting Officer of the Task Order award keep track of the Subcontractor Teaming arrangement/changes made after award and through the life of the Task Order? Yes Please clarify if ancillary business-side IT-related services can be on VECTOR? Example such as business/VHA-side Project/Program management of IT projects, sustainment activities for existing IT systems and IVV tasks associated with IT programs. Services under VECTOR will be non-IT. However, providing professional services in support of IT programs/systems may be procured on VECTOR. Do offerors have to propose rates for all LCATS on each Service Groups they propose. Yes 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (DEC 2014) Item (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Please confirm if these representations must be completed as part of offeror s submission. If so, where in the Proposal Booklet should they be included. Offerors must be registered in SAM to be eligible for award and the Government will obtain this information from SAM. E.17 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014) Item (c) (c) Representations. Please confirm if these representations must be completed as part of offeror s submission. If so, where in the Proposal Booklet should they be included. Offerors must be registered in SAM to be eligible for award and the Government will obtain this information from SAM. Does the Government want offerors to insert the pricing spreadsheet files as an object into the Template? Or would the Government want offerors to submit the pricing spreadsheet files separately from Att G? Pricing Sheets shall be submitted as a separate excel document as per the solicitation instructions. If offeror does not have exceptions to Paragraph (b) of 52.212-3, does the offeror leave except for paragraphs ____________________ blank? Should offeror leave [Portion of labor rate attributable to profit if other than 10% = _________] blank if offeror s portion of labor rate attributable to profit is 10%? Yes, if there are no exceptions or profits higher then 10%, this would be left blank. There are specific work requirements listed under Section 3.0. DO we need to provide proof of our ability to fulfill these requirements within our question answers, or should we address them separately (like in a WBS)? Offerors are to answer the questions in Attachment G. Section 3.0 provides a description of the service that may be ordered using VECTOR. Did you want the answers to questions addressed from a corporate viewpoint or the support personnel viewpoint? Offerors are to answer the questions how they determine most appropriate. Where do we put the paragraph of the FAR clause for proprietary info? This will be addressed at the Task Order level. Are offerors permitted to insert proprietary information statement as part of the proposal booklet footer? Yes Are offerors permitted to mark the Excel price template as company proprietary in the footer? Yes Are offerors permitted to add both their company name and the solicitation number to the header of the Excel price template? Yes E.3 INSTRUCTIONS TO OFFERORS A. PROPOSAL SUBMISSION. Pg. 45 Question: There is no paragraph 6. Should this be listed as Omitted? This was a numbering error. No information is missing. Request the Government provide evaluation criteria ratings and definitions. Request the Government provide evaluation criteria for how it will determine the offeror s capability to manage a contract of this size and scope. Ratings and definitions are not required in the solicitation and will not be provided. Are we correct to understand that the only RFP content that requires completion of fill-ins by offerors is the Excerpts from FAR 52.212-3 and 52.212-4 provided in Attachment G? Yes Is the Government requiring Prime SDVOSBs to limit sub-contractors only to their list of sub-contractors when responding in the future to Task Orders under VECTOR? Prime contractors can propose different subcontractors at the Task Order level based on the requirements of that solicitation and will be assigned a Tier accordingly for the Task Order evaluation. However, a subcontractor can only be proposed once at the Task Order level per solicitation. Given the geographic reach of the DVA, will an SDVOSB be penalized by using geographic specific labor rates, e.g. Washington, DC rates when a future Task Order may be issued in Cleveland, Ohio or Killeen, Texas? Per Section E.3 of the solicitation, offerors shall utilize the Washington D.C. area for the Government facility rate. Under the proposal booklet it states on page 2, the last column, a JV has to be Verified in VetBiz (required for SDVOSB credit). Just for clarification, for our JV, if the managing member (Entegrity Consulting Group, LLC) is 51% ownership and is a Vetbiz Verified SDVOSB; can this still count towards the SDVOSB credit? Or does the JV in whole have to be Vetbiz Verified and if so, if they are in the application process, would this be acceptable? The JV itself must be VetBiz verified. The managing member s verification does not meet the requirements. Offerors must be VetBiz verified at the time of proposal submission AND at the time of award. An in process application does not meet these requirements. Will the Government complete an additional on-ramp in the future? This will be determined by Government need in the future. Is it the government s intention that offerors complete their proposal response within Attachment G only or is it allowable for offerors to place the information into our own proposal template as long as the tables from Attachment G are not modified in the process? Offerors must use the Government provided templates in order for the proposal to be considered If offerors are to respond within Attachment G (not creating their own templates) is it allowable to delete the government s instructional information (red text)? The instructions in Red text may be removed. If an offeror intends to propose on multiple Groups, is a separate proposal submission required for each - or can multiple groups to be submitted as one proposal? Separate proposal submissions are not required. Would an award for Group 1 create an OCI with T4NG? That would need to be determined at the Task Order level. The solicitation states, Contractors unable to perform the requirements as stated in a TOPR must submit a no-bid to the CO with a brief, yet specific, explanation. Repeated failure to provide a proposal or adequate rationale for failure to propose may result in off-ramping at no cost to the Government. Does this mean that the contractor will not be off-ramped if they either respond or provide adequate rationale on not responding for all TOPRs? If so, could the Government provide an example of an adequate rationale? Correct, if adequate rationale is provided for not submitting a bid, off-ramping will not be considered. A potential OCI would be one example of adequate rationale. Would the government consider definitizing the rules regarding Off Ramping related to the annual size standard recertification? The current language that indicates that an awardee will not automatically be off-ramped based on exceeding the size standard at the time of recertification, but that the Government reserves the right to do so. There are too many hypothetical situations that could impact these decisions to definitize the parameters. If a company is already a subcontractor on a particular Service Group, can that same company (as a member of a Joint Venture) submit as a Prime in that same Service Group under the Joint Venture? Yes, however, if awarded a contract, the subcontracting relationship must cease. On page 45 under format, it states that Tables, graphs, and illustrations are permitted, however should be used for demonstrative purposes . Can photos be used as an illustration to make a point? Yes Can my company submit a proposal as a Prime and then be a teammate with another company that intends to Prime and vs versa? Can folks we members of multiple teams as well to meet the Tier 1 level? If a company submits a proposal as a prime for a Service Group, then they may not be proposed as a subcontractor in that same Service Group. However, they may be proposed as a subcontractor in a Service Group in which they are not proposing. If a SDVOSB submits a response to onboard as prime on VECTOR with all required service groups covered with SDVOSB or VOSB sub-contractors, and then the applicant prime also includes qualifications for a single service group from small business (not SDVOSB and/or not VOSB) in addition to the SDVOSB/VOSB sub-ks, would the inclusion of augmented capabilities and past performance from a non-SDVOSB or VOSB downgrade the prime from one tier to a lower tier? The augmentation by a small business is intended to add bench strength and reduce risk to the prime and the Government. If a prime proposes to use a Small Business or Large Business, then that proposal will be evaluated in the appropriate Tier based on Section E.14 of the solicitation. Would a certified JV (between an SDVOSB + Large) positioning to be a VECTOR Prime be encouraged/incentivized (or conversely, dissuaded/disincentivized) in any way from using the past performance from one member of the JV team over the other member? Past Performance is not being evaluated in this solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ee8da73f465844ca94116555330faa4c/view)
- Record
- SN05568301-F 20200223/200221231655 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |