You are on page 1of 16

Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.

104

Reference (PWS Contractor Question


Question Number Subject Section/Proposal) Government Response
Will the Government commit to answering all RFIs two weeks before the proposal due See Amendment 2 Posted to beta.SAM.gov on
date? 24-Feb-2021. Proposal Due date is extended to
08-March-2021 no later than 1400 CST

1 Solicitation Section L
        Would
the government consider extending the due date to allow contractors a minimum See Amendment 2 Posted to beta.SAM.gov on
of two weeks following the receipt of answers to questions in order to adequately 24-Feb-2021. Proposal Due date is extended to
incorporate the responses into the proposal? 08-March-2021 no later than 1400 CST

2 Solicitation Section L
Due to the short month which includes a Federal Holiday, and that similar solicitations have See Amendment 2 Posted to beta.SAM.gov on
provided a 45-60 day turn-around, we would like to respectfully request a 3-week extension 24-Feb-2021. Proposal Due date is extended to
to the proposal response due date. 08-March-2021 no later than 1400 CST

3 Solicitation Section L
Amendment 1 We would like to request an extension of two weeks after the questions are answered to give See Amendment 2 Posted to beta.SAM.gov on
us enough time to prepare a complaint response based on the Q&A. 24-Feb-2021. Proposal Due date is extended to
08-March-2021 no later than 1400 CST

4 Solicitation
Would the Government please consider allowing Contractors to submit PPQs that were See Section L of the Solicitation, Volume II
Section L, page 112-113 of submitted to CEHNC in the last 3 months for other efforts (i.e., EERA and Third Party Tab 2 - CPARS/Past Performance
RFP, Volume 2, Factor 2, Blind Validation Seeding AGC Data Collection and Processing Support) providing the Questionaires. Instructions remain unchanged.
Past Performance correct Solicitation number is clearly identified?
5 Solicitation
    Are Offerors allowed to submit a PPQ for a task order that does not have a task order See Section L of the Solicitation, Volume II
level CPARs available, in addition to the contract level CPARS? Tab 2 - CPARS/Past Performance
Questionaires. Instructions remain unchanged.

6 Solicitation
   CPARS/Past Performance Questionnaires states: “Offerors shall not submit PPQs See Section L of the Solicitation, Volume II
previously submitted for other RFPs or incorporate by reference into their proposal PPQs Tab 2 - CPARS/Past Performance
Section L (page 113) Volume
previously submitted for other RFPs.” As some government customers are reluctant to Questionaires. Instructions remain unchanged.
II, Tab 3
respond to PPQ’s on a frequent basis, is it acceptable to use a PPQ that was completed
7 Solicitation within the past 30 days for another very recent proposal?
   If a project that was executed under an ID/IQ contract was not issued a task order level See Section L of the Solicitation, Volume II
CPARS with a corresponding contract # and task order #, please confirm that offerors can Tab 2 - CPARS/Past Performance
use a CPARS from the corresponding ID/IQ contract which provides a rating and review for Questionaires. Instructions remain unchanged.
the entire contract and is not for a specific task order.
8 Solicitation

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

Please provide which volume and section the Government would like the SF 1442 and See Amendment 2 Posted to beta.SAM.gov on
amendments provided. 24-Feb-2021. Volume 0 is incorporated for
aknowledgement of
SF33(signed),Amendments SF30(signed),
Representations and Certifications, Table of
Contents and List of Tables and figures (if
applicable) .

9 Solicitation Section L
Which volume does the government want the signed SF33 and Amendment See Amendment 2 Posted to beta.SAM.gov on
Acknowledgement? 24-Feb-2021. Volume 0 is incorporated for
aknowledgement of
SF33(signed),Amendments SF30(signed),
Representations and Certifications, Table of
Contents and List of Tables and figures(if
applicable) .

10 Solicitation Section L
      Offerors are required to acknowledge receipt of any amendment to the solicitation and See Amendment 2 Posted to beta.SAM.gov on
also to return the Standard Form 33. Would the Government indicate the volume that 24-Feb-2021. Volume 0 is incorporated for
should include the completed SF33 and SF30 forms and if there is a separate tab for these aknowledgement of
forms? SF33(signed),Amendments SF30(signed),
Representations and Certifications, Table of
Contents and List of Tables and figures(if
applicable) .

11 Solicitation
Please provide instructions on how and when the offeror is to submit the SF 33, the SF 30 See Amendment 2 Posted to beta.SAM.gov on
issued February 2, and any subsequent SF 30s, whether by email, as instructed for the 24-Feb-2021. Volume 0 is incorporated for
questions, or uploaded via SAFE in addition to or within one of the volumes described in aknowledgement of
Section L. SF33(signed),Amendments SF30(signed),
Representations and Certifications, Table of
SF 33, SF 30 Contents and List of Tables and figures(if
applicable) .

12 Solicitation

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

Please confirm that the Standard Form 33 and any Standard Form 30s are not required with See Amendment 2 Posted to beta.SAM.gov on
Offeror’s Phase 1 submission.  If required, please provide where they are to be included. 24-Feb-2021. Volume 0 is incorporated for
aknowledgement of
SF33(signed),Amendments SF30(signed),
Representations and Certifications, Table of
Contents and List of Tables and figures(if
applicable) .

13 Solicitation
Where would the Government like to see the completed SF33 and acknowledgement of See Amendment 2 Posted to beta.SAM.gov on
amendments (if applicable)? 24-Feb-2021. Volume 0 is incorporated for
aknowledgement of
SF33(signed),Amendments SF30(signed),
Representations and Certifications, Table of
Contents and List of Tables and figures(if
applicable) .

14 Solicitation
   Please direct in which Volume, Tab, and Element offerors are to provide the completed See Amendment 2 Posted to beta.SAM.gov on
and signed SF33 and SF30(s) and also confirm that each are excluded from the page count. 24-Feb-2021. Volume 0 is incorporated for
aknowledgement of
SF33(signed),Amendments SF30(signed),
Representations and Certifications, Table of
Contents and List of Tables and figures(if
applicable) .

15 Solicitation
    Please direct in which Volume, Tab, and Element Teaming Agreements are to be Vol 3, Tab 4 actually Tab 3
16 Solicitation included in the proposal.

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

The RFP proposal instructions state that the only method to submit the proposal is via When submitting via the link for the DoD
SAFE online submission; however, Section L also makes references to “email their SAFE site, the site requires that the user enter
proposals using the following link” and to “send proposals using the link above to Contract the email address for the recipients of the
Specialist Angie Gunn at angelynn.l.gunn@usace.army.mil AND to Contracting Officer submission. The DOD SAFE File recipients
Latosha McCoy at latosha.v.mccoy@usace.army.mil.” Please confirm submission for this acquisition are the following two
requirements. individuals: Contract Specialist Angie Gunn
(angelynn.gunn@usace.army.mil) AND
Contracting Officer Latosha McCoy
(latosha.v.mccoy@usace.army.mil). Email
submissions outside of DOD SAFE are not
required and will be rejected.

17 Solicitation Section L
Offerors are instructed to “Please send proposals using the link above [http://safe.apps.mil/] See solicitation page 104 of 123. Offerors
to Contract Specialist Angie Gunn at angelynn.l.gunn@usace.army.mil AND to Contracting shall send their," DoD SAFE successful upload
In Section L, under Proposal
Officer Latosha McCoy at latosha.v.mccoy@usace.army.mil.” Please advise if Offerors are email" to the Contracting Officer and Contract
Submission, Page 102 of
to send copies of the electronic files submitted via the SAFE link to the Contract Specialist Specialist
124
and Contracting Officer.
18 Solicitation
      The solicitation asks offerors to send “their DoD SAFE successful upload email receipt Yes the Government will accept a submitted
to the Contracting Officer…and Contract Specialist…before the proposal due date/time.” screenshot of the submission page to
For recent submittals to DoD SAFE, including the recent EERA submittal, we have not demonstrate a successful upload to DoD
received a successful upload email. Rather, the only e-mails we receive are ones that SAFE, to ensure timely proposal submission.
indicate a drop-off has been picked up, which typically happens after the proposal due
date/time. Would the Government allow offerors to submit a screenshot of the submission
page in lieu of an email receipt to demonstrate a successful upload to DoD SAFE of a timely
19 Solicitation proposal submission?
    The RFP does not include the standard FAR Differing Site Conditions Clause 52.236-2. See Amendment 2, FAR Clause 52.236-2 has
Due to the uncertain nature of some of the anticipated PWS tasks under this MATOC, we been added to MATOC
respectfully request the Government consider adding this FAR Clause to minimize both the
Government and Contractors risk, should Differing Site Conditions occur in subsequent
execution of Task Orders under this MATOC contract.
20 Solicitation
   Are the sub-category goals based on Subcontract Value or Contract Value? All SB goals for the SB Participation Plan are
based on Total Contract Value.  All SB goals
for the SB Subcontracting Plan are based on
Volume III Small Business
Total Planned Subcontracting Dollars.
Participation Plan

21 Solicitation

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

      Small Business Participation Plan: Should offerors use the full estimated maximum Yes, Offerors should use the full estimated
contract capacity of $1,136,000,000.00 as the total contract capacity for the Small Business maximum contract capacity of $1.136B as the
Participation Plan? total contract capacity for the Small Business
Volume III, Factor 3, Tab 2
Participation Plan.

22 Solicitation
    Please confirm that the goals submitted in the Small Business Participation Plan are based All SB goals for the SB Participation Plan are
on Contract Value, and the goals submitted in the Small Business Subcontracting Plan are based on Total Contract Value.   The SB
Volume III Small Business based on Subcontract Value. Subcontracting Plan is based on Total Planned
Participation Plan Subcontracting Dollars.

23 Solicitation
This conflicts with RFP Section H.3(a) which states Task Orders will be FFP. Please See Amendment 2, Task Orders will be FFP
confirm that Contract Section H.3(a) will be revised to include CPFF Task Orders. and CPFF.
RFP Section A.2 states Task
Orders will be FFP or CPFF

24 Solicitation
The SB Participation Plan requires offerors to base their proposed SB Participation on the For consistency, all offerors should use the
total contract value of $1.136 Billion. Since the government intends to use “on-ramps” and Total Contract Value (TCV) of $1.136B  as
“off-ramps” (page 3 A.7 Contract On-Ramps/Off-Ramps) with the intention of adding stated in the solicitation for the SB
additional contractors to the MATOC pool, it would be unrealistic to base SB Participation Participation Plan.  After award, eSRS allows
on the full contract value, as it will be shared by an undetermined number of prime the Contracting Officer to compare the
contractors. Furthermore, as an OTSB, our SB Subcontracting Plan must also be based on percentages of total planned subcontracting
the same contract value as our SB Participation Plan. Once awarded a contract, our SB Plan dollars (per the offeror’s approved SB
will be incorporated into the contract, but in doing so, will have an unrealistically high Subcontracting Plan) to the percentages of
contract value and categorical goals and dollar commitments based on that value. When actual cumulative subcontracted dollars
(page 113 VOLUME III
entered into eSRS, these values are expected to be attained by our auditing agency, DCMA, throughout the life of the contract.
(FACTOR 3): SMALL
when reviewing our SB Program compliance. This creates a problem in defending our goal
BUSINESS PARTICIPATION
attainment when we cannot show dollar values cumulating to that total amount over the
PLAN)
performance period. Would the government please consider asking ALL offerors to base
their proposed SB Participation Plan (and subsequently, for OTSBs, SB Subcontracting
Plan) on a more appropriate total contract value of (example) $50,000,000? By setting a
more realistic total contract value for all offerors to base their SB Participation, it facilitates
consistency among proposals from offerors, and ease of evaluation of these proposals by the
government. Furthermore, when subcontracting plans are entered into eSRS, they will
represent values that more closely match what is realistically anticipated for TO awards
under the contract.
25 Solicitation
Please confirm that no cost volume or cost/price information is required in the RFP Cost Volume or Cost/Price information is not
Section B response. required in response to this RFP.
26 Solicitation

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

     Basis For Award states: “A qualifying offeror is an offeror that is determined to be a The intent is as stated in the RFP. FACTOR 1
responsible source, submits a technically acceptable proposal that conforms to the will be evaluated using the
requirements of the solicitation, and the contracting officer has no reason to believe would Acceptable/Unacceptable rating methodolgy.
be likely to offer other than fair and reasonable pricing. Qualifying offerors must receive a All componets of Factor 1 (individual tabs and
rating of at least “Acceptable/Satisfactory” for Factors 1 and 3 and must be determined to be elements) will be reviewed and evaluated, but
a responsible source, with a rating of no less than “Acceptable/Satisfactory” or “Neutral these components will not be separately rated.
Section M (page 117) Item A Confidence” for Factor 2, Past Performance.” (page 117) Item C. Evaluation Approach There will be only one rating for Factor 1
states: “FACTOR 1, TECHNICAL AND MANAGEMENT APPROACH NOTE. which will be either Acceptable or
INDIVIDUAL ELEMENTS OF TAB 2 – MANAGEMENT APPROACH DISCUSSED Unacceptable.
BELOW WILL BE EVALUATED BUT NOT SEPARATELY RATED.” Please clarify the
intent of the Note on page 117 in Item C. How will the individual elements of Factor 1, Tab
1 (Element 1, Technical Capability and Element 2, Sample Task Order) be evaluated?
27 Solicitation
In paragraph (k) on page 81 of the solicitation, would the Government consider changing the In accordance with FAR Clause 52.232-16, the
limitations on undefinitized contract actions from 80% to 90%? percentage remains unchanged.
28 Solicitation
In paragraph 6 on page 77 of the solicitation, would the government consider changing the In accordance with FAR Clause 52.232-16,
total amount of progress payments from "shall not exceed 80% of the total contract price" to both percentages remain unchanged.
"shall not exceed 90% of the total contract price." Also would they change the Liquidation
language in paragraph (b) on Page 77 from "Except as provided in the Termination for
Convenience of the Government clause, all progress payments shall be liquidated by
deducting from any payment under this contract, other than advance or progress payments,
the unliquidated progress payments, or 80 percent of the amount invoiced, whichever is
less" to "Except as provided in the Termination for Convenience of the Government clause,
all progress payments shall be liquidated by deducting from any payment under this
contract, other than advance or progress payments, the unliquidated progress payments, or
90 percent of the amount invoiced, whichever is less"?
29 Solicitation
Under G.6 Contract Milestones with Payments Schedule,would the Government consider In accordance with FAR Clause 52.232-16, the
changing the language reading, "When the payments against Milestone Event C reaches an percentage remains unchanged.
amount which is equal to sixty percent (60%) of the total awarded contract amount, not
including options, no additional payments shall be made" to "When the payments against
Milestone Event C reaches an amount which is equal to eighty percent (80%) of the total
awarded contract amount, not including options, no additional payments shall be made."
30 Solicitation
Please confirm that text is to be Times New Roman 11 point or larger font See RFP Ammendment 2 for revised language.
31 Solicitation Section L
Please confirm 11 point font (Times New Roman) is acceptable for the main text of the See RFP Ammendment 2 for revised language.
32 Solicitation Section L proposal. Page 105 and page 106 of solicitation indicate different requirements.
Please confirm the proposal narrative font is 11 point Times New Roman. The first See RFP Ammendment 2 for revised language.
Section L, Proposal Format, instruction (page 105) says 12 point but the rest of that paragraph refers to 11-point font.
pages 105, 107 Similarly, paragraph c s on page 106, "Additional Instructions Shall Apply" instructs Font
33 Solicitation Type: New Times Roman; font size 11.

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

Proposal Instructions state that the narrative adhere to both 12 point and 11 point Times See RFP Ammendment 2 for revised language.
34 Solicitation Section L New Roman. Please confirm that 11 point Times New Roman is acceptable.
    Please advise if Times New Roman 11 point is the correct font to use. Offerors are See RFP Ammendment 2 for revised language.
instructed “When printed, Offeror’s proposal narrative shall fit on white 8 ½” x 11” paper
In Section L, under Proposal
with one-inch (1”) margins on all sides, Times New Roman using 12 point or larger font
Format, Page 105 of 124
size, single spaced.” Further below on Page 106 of 123 it listed the font type: New Times
35 Solicitation Roman, font size, 11.”
The paragraph immediately following the title PROPOSAL FORMAT is confusing See RFP Ammendment 2 for revised language.
regarding the font size requirements. The second sentence says "...Times New Roman using
12 point or larger font size..."; however, the last sentence in the paragraph says, "Smaller
than 11-point fonts and fonts other than Times New Roman are permitted on areas of the
proposal that will not easily accommodate 11-point fonts are permitted on areas of the
proposal that will not easily accommodate 11-point font and limited to graphics,
illustrations, organization charts, and supporting data exhibits."  Please clarify the font size
36 Solicitation requirements and exceptions.
    Proposal Format states “When printed, Offeror’s proposal narrative material shall fit on See RFP Ammendment 2 for revised language.
white 8 ½” x 11” paper with one inch (1") margins on all sides, Time New Roman using 12
point or larger font size, single-spaced. Spreadsheets, tables, charts, etc. may be 11” x 17”
but count as two pages. Smaller than 11 point fonts and fonts other than Times New Roman
are permitted on areas of the proposal that will not easily accommodate 11 point fonts are
Section L (page 105) permitted on areas of the proposal that will not easily accommodate 11 point font and
limited to graphics, illustrations, organization charts, and supporting data exhibits.”
Additionally, item c. bullet #2 on page 106 states: “Font type: New Times Roman; font size;
11, font size for headers and footers may be increased to 14 or reduced to 10.” Please
confirm the allowable font size for the proposal narrative material is 11 point font Times
37 Solicitation New Roman.
Page 105 of 123 of the Solicitation Proposal Format section states that Times New Roman See RFP Ammendment 2 for revised language.
12 point or larger is the required font. Page 106 of 123 states Font type: New Times Roman;
Page 105 of 123
font size; 11. Please confirm that the minimum Times New Roman Font size 11 is
38 Solicitation acceptable for general text sections of the proposal.
Please provide page limits for resumes See RFP Proposal Format Section that includes
a list of excluded items from page counts.
Resumes are to be no more than 2 pages per

resume, but are excluded from any Volume
Tab Page Count Requirements

39 Solicitation Section L
Please confirm that resumes are to be 11 pt. font. See Proposal Format Section for Font
40 Solicitation Requirements.

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

     If
Exhibits (i.e., Tables and Figures) in the Sample Task Order (Element 2) are not See RFP Ammendment 2 for revised language.
excluded from page count, can the Sample Task Order page count be increased from 20 to
30 pages?

41 Solicitation
Key Personnel – There are a number of Key Personnel positions listed.  .If the Prime Yes, Key Personnel may either be currently
Contractor is in a committed teaming agreement with another company that is a named Key employed by the offeror or the offeror shall
Subcontractor for this opportunity, that has supplied a letter of commitment may Key provide an unconditional letter of commitment
Positions for either the Base or Task be held by a teaming partner? for all key personnel that are not currently
employed by the offeror using the format
identified in Section J, Attachment E "Letter of
Commitment for Key Personnel."

42 Solicitation
Section L , Proposal Please consider increasing the 20-page limit for the detailed discussions required in this See RFP Ammendment 2 for revised language.
Format, (d) Page complex sample task order.
limitation, Volume 1,
Element 2, Tab 1, page 106
43 Solicitation
Please confirm tabs are excluded from page count Separator Tabs are not to be used in proposals
and will not be included in the page counts.

44 Solicitation
Would the government please clarify whether a task order level organizational chart is A task order level organization chart is
Section L, I Proposal required as a part of the staffing plan? If so, would the government please exempt it from permissable. See RFP Ammendment 2 for
Content, Vol I, Tab 1, page count, or consider increasing the page limitation. revised language allowing for additional pages
Element 2 Sample Task, on Volume 1, Tab 1, Element 2.
(b) Staffing Plan, page 109
45 Solicitation
Please consider excluding Tab 2 - Small Business Subcontracting Plan (Other than Small See RFP Ammendment 2 for revised language.
Section L, Proposal Format,
Business Only) from the page limitation, or increase the limitation by two pages to allow
(d) Page Limitation, Volume
sufficient space to describe our small business goals and strategy for this contract.
III, page 107
46 Solicitation

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

   Currently, the Small Business Participation Plan has no page limitation, and the Small See RFP Ammendment 2 for revised language.
Business Subcontracting Plan has a 10-page limitation. It will be extremely difficult with the
Volume III Small Business font restrictions to include all of the required elements of FAR Clause 52.219-9 within 10
Participation Plan pages. In order to best fulfill FAR requirements, can the government change the Small
Business Participation Plan to a 10-page limitation and the Small Business Subcontracting
47 Solicitation Plan to be excluded from the page count?
Small Business Subcontracting Plan: Since the FAR requires that certain items be included See RFP Ammendment 2 for revised language.
in the subcontracting plan and this plan must fully comply with the FAR requirements,
would the Government remove the page limitation from the Small Business Subcontracting
Volume III, Factor 3, Tab 3 Plan to ensure we can provide a fully compliant document? Alternately, would the
Government consider limiting the Small Business Participation Plan to 10 pages and
removing the page limitation from the Small Business Subcontracting Plan?
48 Solicitation
Small Business Participation Plan there are no evaluation criteria for Tab 3 - Reps and Certs is in Volume 0 is not considerr
Representations and Certifications, and Tab 4 – Joint Venture/Mentor Protégé Agreements for evaluation. Joint Venture /Mentor Protégé
In Section M for Factor 4 and Approvals (if applicable). Please advise if Offerors rating for this information is Agreement in Volume 1, Tab 2, will be
Acceptable by inclusion of this information in their proposal. reviewed for validity.
49 Solicitation
Section L, Proposal Content, The offeror is instructed to include a Table of Contents of the required written Safety and See RFP Ammendment 2 for revised language.
Vol I, Tab 2, page 110, third Health Program. Will the Government consider excluding this table from the page
paragraph limitation?
50 Solicitation
Please advise if Offerors can create the resume format they choose as long as the RFP states, "Résumé information shall be
information requested in Attachment D is present on the resume. provided in the format identified in Section J,
Attachment D, “Key Personnel Résumé”, of
this solicitation and should not exceed 2 pages
per Résumé."

51 Solicitation
    Please consider allowing 2 pages for key personnel resumes. See RFP Ammendment 2 for revised language.
52 Solicitation
Will the Government increase the one-page limit for Key Personnel Resumes to two See RFP Ammendment 2 for revised language.
53 Solicitation pages? 
Please advise where Offerors are to include a Cover Letter as part of the submission. Cover letters should not to be submitted and
will not be reviewed or evaluated.
54 Solicitation
    The Organization Chart Required in Performance Volume I, Tab 2 is excluded from the See RFP Ammendment 2 for revised language
page count. Section L for Factor 1, Tab 1, Element 2, Sample Problem requires the allowing for additional pages on Volume 1,
contractor to clearly demonstrate how the Sample Task Order will be staffed. An Tab 1, Element 2.
organization chart provides a clear representation of Contractor staffing in an easily
understandable format for Government reviewers. However, an org chart requires a lot of
space within the text. Request that Contractors be allowed to submit an Organization Chart
for the Sample Problem and that Organization Chart not be counted towards the page count
55 Solicitation for the section.

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

A Conceptual Site Model (CSM) is a quick and easy way for the Government to evaluate See RFP Ammendment 2 for revised language
the Contractor’s understanding of the sample problem. However, a CSM requires a lot of allowing for additional pages on Volume 1,
space within the Sample Problem text. Request that Contractors be allowed to submit a Tab 1, Element 2.
CSM for the Sample Problem and that CSM not be counted towards page count for the
56 Solicitation section.
Site Maps provide a clear depiction of how Contractors plans to implement their technical See RFP Ammendment 2 for revised language
approach for the Sample Problem. These graphics provide a quick and easy means for allowing for additional pages on Volume 1,
Government reviewers to assess the Contractors technical approach. However multiple site Tab 1, Element 2.
maps require a lot of space within the Sample Problem text. Request that Contractors be
allowed to submit Site Maps for the Sample Problem and those Site Maps not be counted
57 Solicitation towards the page count for the section.
The Sample Problem exhibits several additional complexities to include presence of See RFP Ammendment 2 for revised language
residences in the area of concern, additional munitions items, and greater depth to allowing for additional pages on Volume 1,
groundwater. These complexities when combined with the remainder of the required Tab 1, Element 2.
information is very challenging to adequately describe the approach with only 20 pages
allowed for the section. Please consider increasing the page limitations for the Vol. I, Tab
1, Element 2 – Sample Task Order to 24 pages to allow Contractors to adequately discuss
58 Solicitation their technical approach.
     The solicitation defines a key subcontractor as a subcontractor who will perform at least See RFP Ammendment 2 for revised language.
20% of the total contract effort or a subcontractor who the Offeror considers a key member
of their team. The solicitation then says “The Offeror shall provide a signed key
subcontractor letter of commitment for all subcontractors that are anticipated to execute at
least 20% of the total contract effort.” Would the Government confirm that subcontractors
the offeror considers a key member of its team should also provide a signed key
59 Solicitation subcontractor letter of commitment?
When using Attachment D, Key Personnel Resume, may offerors omit the instructions? Are Résumé information shall be provided in the
any changes to the form allowed, such as adding color or removing underlining? format identified in Section J, Attachment D,
“Key Personnel Résumé”, of this solicitation
and should not exceed 2 pages per Résumé.

60 Solicitation
      Would the Government confirm that the required Exhibit 6, Key Subs and Personnel, is See RFP Ammendment 2 for revised language.
61 Solicitation also excluded from the page count?
Would the Government please consider excluding the following from the page count: See RFP Ammendment 2 for revised language.

Technical Exhibit 6. Key Subcontractors and Key Personnel
62 Solicitation •
Table of Contents of the required written Safety and Health Program.
Contractor Safety & Health Program:  Would the Government please exclude the See RFP Ammendment 2 for revised language.
requirement to provide "Table of Contents of the required written Safety and Health
Program" from the page limit? This documentation will likely vary in length from contractor
Section L, Tab 2, Element 3
to contractor and therefore may not provide an equitable opportunity to provide adequate
information for the other required information in Volume 1, Tab 2 based on the current page
63 Solicitation limit.

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

Experience Reference:  Please confirm that Attachment B Experience Reference is excluded See Amendment 2, Attachment B was updated
Attachment B from the page count as it is not specifically listed in the items/pages excluded from the page and is excluded from page count.
64 Solicitation count on RFP pages 106-107.
The Past Performance narrative allows a maximum of 14 pages (2 pages x 7 projects = 14 See Amendment 2, Attachment B was updated
pages) to address the elements (a) through (f) for each of the selected projects.  Element (d) and is excluded from page count.
1. Volume 2, Factor 2, Tab requires a reference sheet per project as provided in Attachment B.  The Attachment B form
1: Past Performance specifies that the project reference sheet does not count in the page count.  Please confirm
Narratives that Volume 2 Factor 2 Tab 1 is intended to be a maximum of 14 pages plus the Attachment
B reference sheet for each presented project.
65 Solicitation
The instructions for Volume II, Tab 1 Past Performance Project Narratives indicate up to 2 See Amendment 2, Page count has been
pages for each project. Are we correct in surmising that the additional items requested in updated to reflect up to 3 pages for each
Section L pages 111-113 (such as quality awards or certifications, information on all Project. The items requested in Section L are
environmentally reportable incident violations and environmental notice of violations in the included in the page count.
Section L Page 106, Volume past five years; information on any contracts or task orders that have been terminated, in
II whole or in part, for any reason during the past five years; information on any contracts or
task orders that have been terminated, in whole or in part, for any reason during the past five
years; and reasoning for the shortcomings or termination and any corrective action(s) taken)
are excluded from any page limitations?
66 Solicitation
Technical Approach (top of page 118), and Section M, Factor 2, Past Performance, 2nd The RFP requirement will remain unchanged
paragraph (page 120): The solicitation states that the example projects submitted by the in relation to this question.
offeror “shall have been completed no more than seven (7) years from the closing date of
this solicitation.” As the overall duration of this contract is for a total of 10 years, can the
Section L, 2nd paragraph
government extend the period for example projects to have been completed no more than
(page 108), Section M, Item
ten (10) years from the closing date of the solicitation? This would be commensurate with
C, Volume I, Tab 2
the duration of the contract and allow offerors to exhibit their past capability to provide
relevant technical services over a broad period of time, which will be required of contractors
during execution of ChEM-RU.
67 Solicitation
   Key Personnel and Other Resources states “Where positions may have multiple personnel Only resumes for the following 5 Key
identified, the offeror may present additional resumes as long as the offeror does not exceed personnel will be accepted: Program Manager,
9 total resumes.” Please clarify if the Offeror is permitted to provide additional resumes for Corporate Quality Manager, Programmatic
Section L (page 110-111) key personnel listed in Section C, Paragraph 5.4 Key Personnel, other than the Program Quality Control Manager, Safety and Health
Volume I, Tab 2, Element 4 Manager, Quality Managers, Safety and Health Manager, and the Senior Contracts Manager, and Senior Contracts Manager.
Manager. For example, is the Offeror permitted to provide resumes for project managers,
task order key personnel, and/or subject matter experts?
68 Solicitation
  Please direct in which Volume, Tab, and Element Section J, Exhibit 6 “Key Subcontractors Volume 1, Tab 2, Element 4 Organizational
and Key Personnel” is to be provided. Please also confirm that Exhibit 6 is excluded from Structure (Key Personnel/Key Subcontractor.
the page count. See RFP Ammendment 2 for revised language.

69 Solicitation

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

   Please confirm that only Final CPARs are required to be submitted under Volume II Past See RFP Ammendment 2 for revised language.
70 Solicitation Performance.
    As it is example of an existing document, and can be several pages long due to the size of See RFP Ammendment 2 for revised language.
a comprehensive corporate program, can the “Table of Contents of the required written
71 Solicitation Safety and Health Program” be excluded from the page count?
Will the Government accept a cross reference table to Section L requirements to meet the See Amendment 2. The RFP was updated.
72 Solicitation cross-referencing  requirement? If not, please provide a format.
Please confirm that the cross referencing requirement on page 104 is excluded from page See Amendment 2. The RFP was updated.
73 Solicitation count.
     The solicitation states that proposal organization and cross-referencing are mandatory. See Amendment 2. The mandatory cross-
The proposal organization is clear. Would the Government provide guidance on the referencing requirement in the RFP was
required cross-referencing? If a cross-reference matrix is desired, would that be excluded removed and the language updated.
from the page count?
74 Solicitation
Section L, 1st paragraph “Proposal organization and cross-referencing are mandatory.” Please confirm that a table of See Amendment 2. The mandatory cross-
under Proposal Volumes contents and list of tables/figures are adequate to fulfill the cross-referencing requirement. referencing requirement in the RFP was
Table (page 104) removed and the language updated.

75 Solicitation
     What
government agencies can the offeror assume would be available to support the Please state your technical approach / No
CWM aspects required in the sample problem that will provide air monitoring, IHF, change to the RFP.
76 Solicitation packaging and transport of any CWM munitions or CWM items?
Can the government identify all firing points and types of munitions fired and the target Please state your technical approach / No
ranges included in the sample problem MRS? change to the RFP.
77 Solicitation PWS
In Attachment C the Sample Task Order PWS section 3.3.3 implies a CSP will be written. In To gage the Offeror's understanding of the
Table 4-1 List of Submittals, there is no CSP listed. Is the government responsible for the requirements, not all submittals were detailed
writing of and gaining approval of the CSP? in Table 4-1. The CSP will not be provided by
the Government.

78 Solicitation PWS
What is the current and future land use of the MRS identified in the Sample Task order? Please state your technical approach / No
change to the RFP.
79 Solicitation PWS
The Sample Task Order PWS Section 3.1 addresses RI/FS documentation, however Table 4- Please state your technical approach / No
1 List of Submittals identifies additional submittals no included in Section 3.1 i.e. Proposed change to the RFP.
Plan, and QASP, Record of Decision. Is it the intent of the government that the additional
submittal be included as part of Section 3.1 of the Sample Problem Task Order?
80 Solicitation PWS

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

The Offeror shall discuss the quality management/ schedule/ risk assessment, reporting and See Amendment 2. The RFP was updated.
controls it will use – discussing the organization’s ability to identify critical quality and
Section L, I Proposal
schedule impacts and how the Offeror will manage and control multiple Subcontractors and
Content, Vol I, Tab 1,
multiple task orders to avoid quality and schedule impacts.
Element 2 Sample Task, (a)
Discussion of Sites,
The reference to multiple task orders is not listed in the corresponding evaluation factors in
Assumptions, Regulatory
Section M and may be more appropriate to address at the program level vs the task order
Process, and Required
level. Please consider moving this discussion requirement to Tab 2, Management Approach.
Submittals, page 109
81 Solicitation
Does the review period in Attachment C PWS 4.4. include the comment resolution period? See Amendment 2. The RFP was updated.
Attachment C, PWS 4.4 If not, please provide the estimated minimum number of days for comment resolution with
82 Solicitation USACE, EMCX, and regulators.
The offeror shall provide a narrative of its technical capability to perform MMR, HTRW, See Amendment 2. The RFP was updated.
EC and OMRS...
Section L, Proposal Content,
Please confirm EC and OMRS should not be included in the technical narrative, since these
Vol I, Tab 1, page 109, third
elements were removed from the corresponding capability narrative instruction on page 107
paragraph
and from the corresponding evaluation criteria in Section M of the draft solicitation (page
83 Solicitation 118).
     Solicitation Section 2.11.4 requires Task Order proposals to identify primary and The secondary lab is needed to prevent delays
secondary laboratories. What is the purpose of retaining a secondary laboratory? Is this and as a backup.
secondary laboratory identification being required in case of primary laboratory capacity
Solicitation Section 2.11.5 capabilities, primary laboratory failure to meet quality requirements, or does the
Government plan on bringing back the requirement to have Contractors place a secondary
lab contract to conduct QA laboratory analysis?
84 Solicitation
olicitation Section 4.5.2 requires that the project schedule be prepared and updated each
S See Amendment 2, for updated schedule
month using the commercial software package Primavera. Primavera is a very capable language.
software but there are other commercial packages such as Microsoft Project which provide
similar functionality in a more user-friendly interface. Request this section be modified to
include other alternatives such as Microsoft Project as being acceptable for project schedule
Solicitation Section 4.5.3
tracking. Should the Government have an opportunity which due to its size, complexity, or
its requirements to interface with other Government entities’ scheduling platform dictate
that only Primavera be used, those requirements could be dictated in the Task Order
solicitation.
85 Solicitation
   Offerors are to provide a narrative of its technical capability to perform MMR, HTRW, See Amendment 2. The RFP was updated.
In Section L, Vol. I, Tab 1,
EC and OMRS as a substantial lead on projects. However, in the Section M Evaluation
Element 1 – Technical
Criteria for this Element (pg. 118 of 123), OMRS is not listed. Please advise if the RFP will
Capability (pg. 109 of 123) be updated to address this disconnect.
86 Solicitation
Offerors are to provide at least one submitted project that reflects CWM technical See Amendment 2. The RFP was updated.
In Section L, Vol. I, Tab 1, capabilities. One of the Section M Evaluation Criteria for this Element (pg. 118 of 123) lists
Element 1 – Technical that projects that required a monitoring of Chemical Agent contamination is included.
Capability (pg. 108 of 123) Please advise if the RFP will be updated to address this disconnect
87 Solicitation

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

Section C, Paragraph 6.4.3.1 states, “Target/Goal – 90% of all CPFF tasks will be Solicitation remains unchanged.
completed within the negotiated price for all items within the Contractor’s control.”
recognizing that factors exist outside of the contractor’s control. Would the Government
please consider appending Paragraph 6.4.2.1 with a similar qualifier as shown below (the
Section C, Paragraph 6.4.3.2
additional text is bracketed)?
6.4.2.1 Target/Goal - 90% of all task order deliverables are completed within the
Contractor’s proposed schedule for all items [within the Contractor’s control].
88 Solicitation
    For Volume I, Tab 1, the solicitation asks offerors to “provide a narrative of its technical See Amendment 2. The RFP was updated.
capability to perform MMR, HTRW, EC and OMRS as a substantial lead on projects.” Did
For Volume I, Tab 2
the Government intend for offerors to demonstrate capability to perform EC or to perform
89 Solicitation Environmental Remediation and Compliance Services?
    Attachment C, Sample Task Order 12.4.2020: Can the government provide any Please state your technical approach / No
additional MRS details including firing point(s) locations, direction of fire, and number of change to the RFP.
90 Solicitation targets?
Experience Reference: Within the text on Attachment B, there are 2 seemingly contradictory See Amendment 2, Attachment B was updated
statements: 1. "This form is not included in the page count." (at the top of the 1st page), and and is excluded from page count.
2. "Offeror can add additional information in additional pages, provided page count is not
Attachment B exceeded" (middle of the first page after "Brief Description of Project). Please clarify
whether Attachment B is completely excluded from the page count for Volume 2, Factor 1;
and if/how the text about "provided page count is not exceeded" applies.
91 Solicitation
Can the Government provide a GIS file with the Fort Smith MRS boundaries? GIS files are not available.
Attachment C - Sample
Task, Figure 1/4
92 Solicitation
The sample task text states that the fictional Fort Smith is ~1,000 acres in size. However, See Amendment 2. Google Earth was used to
the MRS boundary presented in Figure #1 and #3 are closer to 2,000 acres. Can you please create the figure and identified 1,000 acres.
clarify what acreage should be used? Figure 4 with screenshot of acreage was added
Attachment C - Sample
to the sample TO.
Task, Figure 1/4

93 Solicitation
Are there any water bodies or water features located within the MRS?  Please state your technical approach / No
Attachment C - Sample Task
change to the RFP.
94 Solicitation Order: 
Attachment C - Sample Task Are there any threatened and endangered species within/near the site boundary?  See Amendment 2. The RFP was updated.
95 Solicitation Order: 
Are there any residential properties within the MRS and/or nearby? If so, how far from the Please state your technical approach / No
Attachment C - Sample Task
site boundary? change to the RFP.
96 Solicitation Order: 
What types of roads are present (e.g., county roads, Interstates/highways, bridges)?  Please state your technical approach / No
Attachment C - Sample Task
change to the RFP.
97 Solicitation Order: 

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

Can we store required field items on site (e.g., office, conex, magazines, etc.)? Please state your technical approach / No
Attachment C - Sample Task
change to the RFP.
98 Solicitation Order: 
Attachment C - Sample Task Please provide clarification on what needs to be provided in the Basis of Estimate. Please Vol 1, Element 2 BOE is not a cost estimate.
99 Solicitation Order:  confirm only the basis is required and not an actual cost estimate. 
What is the current use of the site? Please state your technical approach / No
Attachment C - Sample Task
change to the RFP.
100 Solicitation Order: 
What is the anticipated future use of the site? Please state your technical approach / No
Attachment C - Sample Task
change to the RFP.
101 Solicitation Order: 
Can the Government please provide subsurface lithological information on the site?  Subsurface lithological information will not be
Attachment C - Sample Task
provided.
102 Solicitation Order: 
What field work support will the government provide for the CWM component of the Please state your technical approach / No
Attachment C - Sample Task
sample task order? change to the RFP.
103 Solicitation Order: 
Will the government provide chemical agent media headspace monitoring?  Please state your technical approach / No
Attachment C - Sample Task
change to the RFP.
104 Solicitation Order: 
Will the government provide CWM X-ray and packaging?  Please state your technical approach / No
Attachment C - Sample Task
change to the RFP.
105 Solicitation Order: 
Will the government provide media analysis for chemical agent and agent breakdown Please state your technical approach / No
Attachment C - Sample Task
products?  change to the RFP.
106 Solicitation Order: 
Will the government provide mask fit testing?  Please state your technical approach / No
Attachment C - Sample Task
change to the RFP.
107 Solicitation Order: 
The sample task text states, " ...activities at the former Fort Smith, Munitions and See Amendment 2, The RFP was updated.
Explosives of Concern (MEC), Material Potentially Presenting an Explosive Hazard
Attachment C - Sample Task
(MPPEH), Explosive Hazards, and Chemical Warfare Materiel (CWM) are suspected to be
Order: 
within the 1,000-acre MRS." What "Explosive Hazards" may be present at the site that are
108 Solicitation not covered by the MEC, MPPH, and CWM?
4th bullet state: The preliminary MRS Characterization will… “collect geophysical data Please state your technical approach / No
along transects in order to demonstrate that all areas with elevated anomaly density that change to the RFP.
Attachment C – Sample have the potential to be High Use Area (HUA) are traversed and there is a 100% chance of
Task Order 12.4.2020, detecting these areas according to the Visual Sample Plan (VSP) analysis.” Please confirm
paragraph 3.3.3 the HUA will only correspond with the impact areas from the known munitions site and that
identifying HUA that correspond to firing points is not currently an objective for this RI.
109 Solicitation

Procurement Sensitive Information – See FAR 2.101 and 3.104


Chemical, Environmental, and Munitions Response - Unrestricted Procurement Sensitive Information – See FAR 2.101 and 3.104

      One of the stated objectives of this solicitation is to procure services for a contactor to See Amendment 2, The RFP was updated.
perform Other Munitions Related Services (OMRS). The requirements and definition for
OMRS are reflected repeatedly in Section C. However, OMRS is only referenced one time
in Section L, where on page 109 (3rd paragraph) the solicitation states that “The Offeror
shall provide a narrative of its technical capability to perform MMR, HTRW, EC and
OMRS as a substantial lead on projects.” OMRS is not included in the Section L, paragraph
Volume I, Tab 1, Element 1 – Technical Capability bulleted list of services on page 107-
Section A Executive 108, for which offerors must provide a narrative to describe their technical capabilities. In
Summary, Section C, addition, OMRS is not included in the Section M, paragraph Technical Approach, Element
Section L, and Section M 1 – Technical Capability bulleted list on page 118 that reflects the technical capability
evaluation elements for corporate experience or completed projects. Given that OMRS is
presented as one of the three objectives of the contract, and is referenced throughout Section
C, will the government add OMRS to the list of services on pages 107- 108 that must be
addressed through the offeror’s narrative and will OMRS also be included within the
bulleted list on page 118 of Section M as an evaluation element for completed projects?

110 Solicitation
    Key Personnel and Other Resources states “The offeror shall demonstrate through a See Amendment 2, The RFP was updated.
Section L, Volume I, Tab 2, resource plan that it currently possesses, or has the ability to obtain and retain, the necessary
Element 4 personnel required to perform MMR, HTRW and EC projects. Please clarify if key
111 Solicitation personnel experience should reflect ECRS or EC.
     Sample Task Order, paragraph c (page 119) states “The Government will determine if See Amendment 2. The RFP was updated.
Section M, Volume I, Tab 1
the work is being carried out in a manner consistent with the assumptions discussed under
Technical Approach,
Tab 1.” Please clarify that “Tab 1” means Tab 1, Element 2 Sample Task Order.
112 Solicitation Element 3
  “The contractor is expected to research the area and state what it found and any necessary Please use assumption provided.
assumptions which do not assume away major issues.” “Groundwater is located 200 ft
Attachment C Sample Task below ground surface (bgs). Our proposal team completed a review of local groundwater
Order Section 2.4 states data, which indicates that groundwater is much closer to the surface than 200 ft. Based on
this information, should the Contractor assume that the groundwater is located at 200 ft bgs
113 Solicitation or utilize site specific information?
Attachment C Sample Task     Submittals and Due Dates requires Draft QAPPs, Subplans, GIS on DVD: 30 Days after Please state your technical approach and
Order Section 4.3 acceptance of TPP Memorandum. To expedite the review process and still comply with MR- assumptions.
QAPP Module 1, Figure 9-1, may the contractor 1) submit a draft QAPP prior to planning
Session #3 and #4 and 2) then submit a Draft Final QAPP along with the final SPP Planning
114 Solicitation Session #3 and #4 meeting minutes?
Can the basis of estimate in Volume I, Tab 1, Element 2 be submitted in excel instead of The BOE shall be submitted in excel with all
pdf? cells unlocked and all formulas intact. See
Amendment 2, The RFP was updated.

115 Solicitation
Regarding the Contracts Manager key personnel position, would 10 years of Program The intent is to show relevant experience with
Manager experience be accepted in place of 10 years of Contracts Manager experience FFP and CPFF contracts rather than project
given that Program Managers often perform the duties of a Contracts Manager for contracts management experience.
116 Solicitation without a designated Contracts Manager?

Procurement Sensitive Information – See FAR 2.101 and 3.104

You might also like