GEOSCOUT RFP SECTIONS L&M JANUARY 15-3, 2003 (AMENDMENT 24) INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
0005521401
Release Decision: 
RIFPUB
Original Classification: 
U
Document Page Count: 
51
Document Creation Date: 
June 24, 2015
Document Release Date: 
April 16, 2010
Sequence Number: 
Case Number: 
F-2009-01001
Publication Date: 
January 15, 2003
File: 
AttachmentSize
PDF icon DOC_0005521401.pdf3.73 MB
Body: 
UNCLASSIFIED GeoScout RFP Sections L&M January 153, 2003 24} (Amendment Instructions, Conditions, and Notices to Offerors APPROVED FOR RELEASED DATE: 15-Apr-2010 01/03/03 (Amendment 1) ige UNCLASSHUD Table of Contents L.1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) ......................................................446 L.2 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (SEP 1990) .......................................446 L.3 ORGANIZATIONAL CONFLICT OF INTEREST .............................................................................................................446 L.4 52.216-1 TYPE OF CONTRACT (APR 1984) .......................................................................................................................446 L.5 52.233-2 SERVICE OF PROTEST (AUG 1996) ...................................................................................................................657 L.6 152.215-1 AGENCY ALTERNATE TO FAR CLAUSE 52.215-1 (JAN 1998) ...................................................................668 L.7 NOTICE OF EARNED VALUE MANAGEMENT SYSTEM (JULY 2002) ......................................................................668 L.8 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA. (OCT 1997) ...........................................................................................................................................................7-79 L.9 INFORMATION TO OFFERORS 88-1.4 L.9.2 L 3 9 PROPOSAL SUBMISSION INSTRUCTIONS .............................................................................................8$:10 POINT OF CONTACT ...........................................................................................................................................................99-11 PARTICIPATION BY AC TER OF EXCELLENCE (ACE) IN THE EVALUATION OF PROPOSALS U SITI N CE 9944 . . L.9.4 ......................... Q I O N PARTICIPATION OF SUPPORT CONTRACTORS IN THE EVALUATION OF PROPOSALS .......................................................101-04 T.10 PROPOSAL FORMAT AND SPECIFIC CONTENT ................................................................................................101012 L.10.1 L.10.2 GENERAL GuIDANCE ....................................................................................................................................................10-1$1-2 DISCREPANCIES .................................................................... 11443 ........................................................................................ L.10.3 152.215-723 PROPOSAL PREPARATION INSTRUCTIONS (JAN 2001) .............................................................................11.13 L.11 VOLUME I - COVER LETTER/OFFER ...................................................................................................................141446 L. 11. 1 COVER LETTER ....................................... ...................... .......14141: 6 L.11.2 OFFERS .........................................................................................................................................................................151=t L.11.3 CLASSIFIED ADDENDUM ...............................................................................................................................................16441-- L.12 VOLUME II - TECHNICAIJMANAGEMENT (ORAL PRESENTATION) ................................ 161618 L.12.1 REQUIREMENTS .............................................................................................................................................................164?1-S L.12.2 VOLUME IIA - ORAL PRESENTATION ADDENDUM 161-64-9 L.12.3 ORAL PRESENTATION GUIDELINES ...............................................................................................................................17.11 L.13 VOLUME III - PAST PERFORMANCE ....................................................................................................................191921 L.14 VOLUME IV - COST VOLUME ................................................................................................................................201924 L.14.1 ESTIMATING METHODOLOGY .......................................................................................................................................202022 L.14.1.1 Estimating System ................................................................................................................................................202-op- L. 14.1.2 Purchasing System ........................................................................................202922 L.14.1.3 Accounting System 202-02-2 L 14 1 4 Past Ex erience-Based Estimate 20 . . . s ......................................................................................................................... p L.14.2 SUBCONTRACTORS .............................. .......2121.22 L.14.3 SCHEDULE OF RATES .............................. .212123 L.14.4 ELECTRONIC SUBMISSION OF COST/PRICE DATA ......................................................................................................212123 L.14.4.1 PPAS Instructions ...............................................................................................................................................2121-23 L.14.4.2 Basis of Estimate Sheets by Contractor Work Breakdown Structure ..................................................................280 'T'ape 2 01/03/03 (Amendment 1) L.14.4.3 DCAA Submission ........... .................................................................................................................................. 2828-.30. L.14.5 SUBCONTRACTING PLAN ...............................................................................................................................................2828303 L.14.6 EVALUATION OF OPTIONS .............................................................................................................................................282830 L.14.7 CHANGES AFTER CONTRACT AWARD ...........................................................................................................................282830 L.15 VOLUME V - SECURITY ...........................................................................................................................................2929-3:1 APPENDIX A OF SECTION L - ACRONYM LIST ..................................................................................................................303932 SECTION M - EVALUATION FACTORS FOR AWARD ......................................................................................................3232-34 M.1 52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD. (JUN 1988) ...............323234 M.2 52.217-5 EVALUATION OF OPTIONS. (JUL 1990) ........................................................................................................323234 M.3 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB 1998) ........................................................................323234 M.4152.215-725 EVALUATION PROCEDURES AND FACTORS FOR AWARD (JAN 1998) .........................................323234 TABLE 1 EVALUATION CRITERIA WEIGHTS ...................................................................................................................343436 M.5 PROPOSAL EVALUATION ...............................................................................................................................................363638 BASIS FOR AWARD .......................................................................................................................................................................363638 FIGURE 1: OVERALL AWARD CRITERIA ............................................................................................................................37339 TECHNICAL AREA ............................................ .37 34) ............................................................................................................................ MANAGEMENT AREA ....................................................................................................................................................................3737343 PAST PERFORMANCE AREA ...........................................................................................................................................................3737: SECURITY AREA ............................................................................................................................................................................383840 M.6 ASSESSMENT CRITERION ...............................................................................................................................................383840 TABLE 2 -- PROPOSAL RISK ASSESSMENT RATING SCALE ..........................................................................................393941 SPECIFIC CRITERIA .......................................................................................................................................................................40 42 Area I: Technical Evaluation ....................................................................................................................................................40404? Area II Management Approach... .......................................444446 ...................................................................................................... Area III Past Performance ........................................................................................................................................................464643 Area IV Cost ............................................................................................................................................................................464649 Area V Security ........................................................................................................................................................................474749 APPENDIX I PAST PERFORMANCE QUESTIONNAIRE ...........................................................................................484850 01/03/03 (Amendment 1) UNCLASSIFIED 2003-K-0001 'ECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 Solicitation Provisions Incorporated by Reference (Feb 1998) Pursuant to FAR 52.252-1 "Solicitation Provisions Incorporated by Reference" the following provisions are incorporated herein by reference Number Title 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999) 52.215-16 Facilities Capital Cost of Money (Oct 1997) 52.222-24 Pre-Award On Site Equal Opportunity Compliance Review (Feb 1999) 52-232-38 Submission of Electronic Funds Transfer Information with Offer. (MAY 1999) 52.237-1 Site Visit (Apr 1984) 52.237-10 Identification of Uncompensated Overtime (OCT 1997) 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government (Jun 1995) L.2 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990 Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. .3 Organizational Conflict of Interest The prime contractor for the GeoScout effort is prohibited from performing as the prime contractor for the Enterprise Engineering effort. Furthermore, the GeoScout prime contractor is restricted to performing substantially less than 50% of the Enterprise Engineering subcontracting effort. Contractors will be required to submit Organizational Conflict of Interest (OCI) plans to mitigate the potential conflict caused by any contract team overlap. L.4 52.216-1 Type of Contract (Apr 1984) It is the Governments intent to award a contract for the first two (2) blocks (Base Period) of work under the SOW, as implemented by Task Orders, for a period of performance of not to exceed four (4) years. Authority to Proceed will be for Block 1 initially. A Task Order for Block 2 will be awarded after completion of the Business Case and Implementation Plan for Block 2. Prior to the end of Block 2 in accordance with the Award Term Plan (ATP), the GeoScout contractor will have earned the right to proceed with Block three (3) or the Government will re-compete the contract. The selected GeoScout contractor may earn the right to each successive Block via the Award Term evaluation process. The Government may exercise yearly options at the end of the contract to allow for a period of transition and re-competition. The Government contemplates awarding a mixed contract type with Task Orders that could be either Firm Fixed Price or Cost Plus Award Fee (CPAF)/Award Term resulting from this solicitation. The Award Fee portion of the contract will be used primarily to motivate the desired level of GeoScout 1teraction and cooperation with other elements within and external to NIMA (i.e. Enterprise Engineering, .DES, etc.). UNCLASSIFIED he Award Term portion of the contract will be used to motivate the GeoScout contractor's progress in achieving the overall goals of the GeoScout Statement of Work (SOW). The final Award Term plan will identify the criteria and timing the Government will use to determine Award Term extensions to the GeoScout contract. ad Award Term 1 Award Term 2 Award Term 3 0 tion 1 .................... ........................ ..... 11 0 Lion 2 a Lion. 3 ?tion.4... *The information displayed by this chart is notional ? Immediate authorization to proceed will be granted for Block 1 at contract award. Block 2 will be authorized after delivery and acceptance of the Block 2 Business Case and Implementation Plan, with authorization tentatively scheduled for early FY 04. ? The contractor shall have its preliminary Business Case and Implementation Plan for Block II available to the Government for review 90 days following contract award, and the final Business Case and Implementation Plan for Block II available for Government approval and authorization to proceed 180 days following contract award. ? The Block II Implementation Plan shall demonstrate support for all FIA interoperability-testing activities to ensure that NIMA has the requisite Information Management (IM) capability to support the FIA schedule. The contractor shall propose demonstration, prototype, modeling and simulation activities necessary to support and validate Block II preparation, planning and design efforts. ? Portions of Blocks 1 and 2 may be performed in parallel, and for proposal Purposes, must be completed by the end of FYO6.no later- than '9 ; after ntract award. ? The offeror shall bid Blocks 1 & 2 within the budget profile provided and shall not factor in possible cost savings or cost avoidance trades as a means to stay within the provided budget profile. ? The contractor is not required to deliver a Business Case for Block 1 since the Government will make the Block 1 feasibility determination. A detailed Implementation Plan submitted with the proposal is required for Block 1. A Business Case and Implementation Plan are required for all subsequent Blocks prior to the award of Task Orders. ? The contractor must earn the right to proceed with Blocks 3, 4 and 5 etc. The period of performance for subsequent Blocks (post Block 2) is tentative, dependent on the offeror's specific approach. ? The Government may exercise options annually beginning approximately FY2010. ? The number of and duration of Blocks is dependent on the offeror's specific approach. .5 52.233-2 Service of Protest (Aug 1996) (A) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Diane Alcott, ACA, National Imagery and Mapping Agency, MS P-11, 12310 Sunrise Valley Drive, Reston, VA 22091-3449 and, OGC, National Imagery and Mapping Agency. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. L.6 152.215-1 Agency Alternate to FAR Clause 52.215-1 (JAN 1998) FAR Clause 52.215-1, Instructions to Offerors - Competitive Acquisition, is modified only as indicated below: (f) Contract Award: The Government intends to select for final negotiations a contractor(s) resulting from this solicitation whose proposal represents the best value after evaluation in accordance with the factors and sub-factors in the solicitation. (2) The Government may reject any or all proposals if such action is in the Government's interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and select, without discussions, an offeror(s) for final negotiations. Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Paragraph (f) 5 - 11, and all other parts of FAR clause 52.215-1 remain unchanged. L.7 Notice of Earned Value Management System (July 2002) (a) The offeror selected for award shall provide documentation that the proposed earned value management system (EVMS) complies with the intent of American National Standards Institutes (ANSI)/Electronic Industries Association (EIA) 748-1998, Industry Standard Guidelines for Earned Value Management (EVM), hereinafter referred to as "Guidelines". (b) If the offeror proposes an EVMS that does not meet the requirements of paragraph (a) of this provision, the offeror shall submit a comprehensive plan for compliance with the EVMS guidelines. UNCLASSIFIED (1) The plan shall: i. Describe the EVMS the offeror intends to use in performance of the contract. ii. Distinguish between the offeror's existing management system and modifications proposed to meet the guidelines. iii. Describe the management system and its application in terms of the guidelines. iv. Describe the proposed procedure for administration of the guidelines as applied to subcontractors. v. Provide documentation describing the process and results of any third-party or self-evaluation of the system's compliance with EVMS guidelines. (2) The offeror shall provide information and assistance as required by the contracting officer to support review of the plan. (3) The Government will review the offeror's plan for EVMS before contract award. (c) Offerors shall identify the major subcontractors (or major subcontracted effort if subcontractors have not been selected) planned for the application of the EVMS guidelines. The prime contractor and the Government shall agree to subcontractors selected for application of the EVMS guidelines. (d) Upon contract award and during contract performance, the offeror is hereby notified that submitted EVMS information may be shared with properly protected (fully executed non-disclosure agreements) government support contractors for the purpose of analyzing the information and providing recommendations to the government. L.8 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data. (OCT 1997) (a) Exceptions from cost or pricing data. (1) In lieu of submitting cost or pricing data, offerors may submit a written request for exception by submitting the information described in the following subparagraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable. i. Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a government body, attach a copy of the controlling document, unless it was previously submitted to the contracting office. ii. Commercial item exception. For a commercial item exception, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include - 1. For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., SS:II UNCLASSIFIED wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; 3. For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. (2) The offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror's determination of the prices to be offered in the catalog or marketplace. b. Requirements for- cost or pricing data. If the offeror is not granted an exception from the requirement to submit cost or pricing data, the following applies: 1. The offeror shall prepare and submit cost or pricing data and supporting attachments in accordance with Table 15-2 of FAR 15.408. 2. As soon as practicable after agreement on price, but before contract award (except for un-priced actions such as letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2. L.9 Information to Offerors L.9.1 Proposal Submission Instructions All volumes of the proposal, with the exception of Volume III shall be received at the location specified below: By NLT 03 February 2003,1400 EST. The Past Performance Volume III (including a classified addendum if applicable) shall be received by NLT 1.5 January 2003, 1400 EST at the location specified below: The contractor shall submit one copy of the proposal (hardcopy and softcopy) to the cognizant Administrative Contracting Officer, and one copy to the cognizant Contract Auditor no later than 04 February 2003. The. following wording shall be placed in a conspicuous location on the outside of all packages or envelopes containing offer material. TICOM, Inc. ATTN: Diane Alcott, CO / John O'Connor, AC RFP No. 2003-K-0001, "GeoScout" 14520 Avion Parkway, Suite 100 Chantilly, VA 20151 UNCLASSIFIED Additional Packing Instructions: Proposal binders shall be packed in boxes. The boxes shall be sequentially numbered and shall indicate the total number of boxes (i.e., Box 1 of 4). Box numbers shall be placed on all sides of the box itself. Box one (1) shall include the disks with the softcopy submission and a master packing list. The master packing list shall list the contents (i.e., Volume Number, Copy Number, and Name) of each box, by box number. Classified information: Where classified information is required in your response, it shall be provided as a classified supplement and bound in a single addendum to Volume I "Cover Letter/Offer." Classified Past Performance information shall be submitted early with the Past Performance Volume III. Each entry in the classified addendum shall be referenced to the proposal volume, page number, and paragraph number to which it applies. Similarly, a reference shall be placed in the unclassified volume where the classified insert applies, giving the page and paragraph numbers within the addendum where it can be found. Binding and labeling of the addendum as well as submission shall conform to the same directions as those given in this instruction to offerors for unclassified portions. The classified addendum shall be separately bound with an applicable security designation color cover, conforming to the CDCG/DD Form 254 of this RFP. Pages in classified addenda will be included in the page count for the applicable volume. All cost or pricing information shall be UNCLASSIFIED. L.9.2 Point of Contact The Procurement Contracting Officer (PCO), Diane Alcott, is the sole point of contact for the GeoScout vquisition. Any and all questions regarding any aspect of this RFP must be addressed only to the i;ontracting Officer. The PCO will use the Acquisition Center of Excellence (ACE) Acquisition Research Center (ARC) web site (http://arc.npa.gov) on the classified CWAN as the primary means of communication. The offeror will be given the appropriate web site instructions, user log-ins, and passwords. It is the offeror's sole responsibility to access the web site routinely to obtain current information relevant to this acquisition (i.e., announcements, updates to the technical data package, technical and contractual Q&A, amendments to RFP, etc.). L.9.3 Participation by Acquisition Center of Excellence (ACE) in the Evaluation of Proposals NIMA intends to utilize a Government organization, the NRO's Acquisition Center of Excellence (ACE), relative to this acquisition. The ACE provides both acquisition and facility support through a number of contracts with various contractors. The companies providing support to the ACE are identified as follows: Companies Providing ACE Acquisition Support TICOM, INC. Welkin Associates, Ltd. Scitor Corporation Telcolote Research, Inc. TASC Companies Providing ACE Facility Support Booz, Allen, & Hamilton MRJ IDS Dmpanies providing support through ACE will NOT participate as evaluators, but will provide assistance to government acquisition personnel. The exclusive responsibility for source selection remains with the UNCLASSIFIED overnment. Non-Disclosure and Organizational Conflict of Interest Certificates for all ACE contractor .,upport personnel participating in this source selection are on file with the NRO Office of Contracts ACE. L.9.4 Participation of Support Contractors in the Evaluation of Proposals NIMA has contracted with The MITRE Corporation, Carnegie Mellon Software Engineering Institute (SEI), RAND, and the GC Group for advisory assistance during the GeoScout source selection. NIMA's contract with MITRE, SEI, RAND and the GC Group as well as the employment contracts between MITRE, the SEI, RAND and their personnel, prohibit the unauthorized dissemination of data to which it or its employees have access. It is the Government's intent to use the services of these personnel in a purely advisory role in the evaluation of offers. The exclusive responsibility for source selection remains with the Government. Non- Disclosure and Organizational Conflict of Interest Certificates are on file with the Contracting Officer. L.10 PROPOSAL FORMAT AND SPECIFIC CONTENT L.10.1 General Guidance This section of the instructions to offerors provides general guidance for preparing the proposal as well as specific instructions on the format and content of the proposal. The offeror shall be compliant with the requirements as stated in the GeoScout Statement of Work (SOW). Furthermore, the offeror's proposal shall be submitted in accordance with the instructions to offerors. Non-conformance with the instructions to offerors may result in an unfavorable proposal evaluation. _ie proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. The offeror shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal. If an offeror does not understand these instructions, then it should write to the Contracting Officer for clarification sufficiently in advance of the deadline for receipt of the offer to get an answer in time to meet that leadline. The Government intends to award to one contractor who is deemed responsible IAW with the Federal Acquisition Regulation, as supplemented and whose proposal conforms to the solicitation requirements. In iddition, the Government reserves the right to award no contract at all, depending on the quality of the proposal, he availability of funding, and the continued existence of the requirement. n order to award a contract the Government must have received an acceptable offer. An offer is acceptable when it manifests assent to all of the terms and conditions of Sections A through K of this RFP, which includes he solicitation provisions, contract clauses, specification, and documents, exhibits, and attachments. The Jovernment will declare an offer to be unacceptable if it does not manifest the offeror's assent to all such terms ind conditions. ['he Government may reject the proposal if it is evaluated to be unrealistically high or low in cost when -Tnpared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence Failure to comprehend the complexity and risks of the program. 01/03/03 (Amendment 1) UNCLASSIFIED 2003-K-0001 .x.,.10.2 Discrepancies If the offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the PCO in writing with supporting rationale. L.10.3 152.215-723 Proposal Preparation Instructions (.TAN 2001 This section is provided to assist the Offeror in preparing a proposal in response to this solicitation and to assist the Government in determining the Offeror's relative ability to satisfy the solicitation requirements. These instructions are not intended to unduly restrict the Offeror's proposal effort. Questions concerning these instructions should be directed to the Contracting Officer. (a) Separate volumes for the elements of your proposal shall be prepared according to the following table. All proposal volumes shall be UNCLASSIFIED to the greatest extent possible. Every submission, whether hardcopy or softcopy, must be properly identified, and marked with the proper classification. Each volume shall be written or presented on a stand-alone basis. Information required for proposal evaluation that is not found in its designated volume or presentation will be assumed to have been omitted from the proposal. Volume Title Page Limit Hardcopy Softeopy I Cover Letter/Offer No limit Original plus 3 1 II Oral Presentation scenes slides) 200 scenes Original plus 30 1 IIa Oral Presentation Addendum 1.50 Original plus 30 1 III Past Performance Volume 50 Original plus 6 1 IV Cost Volume No limit Original plus 6 4 V Security Volume No limit Original plus 4 1 *Each scene shall consist of no more than two (2) images Cross-Reference Matrix The offer shall provide a cross-reference matrix indicating by CLIN, Section L, and SOW the corresponding proposal paragraph(s) in that volume. The Cross-Reference Matrix shall contain at a minimum the data shown in the table below: CLIN Section L SOW Proposal 0003 L.8.4 4.18 Vol II, xx (b) Proposal Volumes Format. To aid in evaluation, each proposal volume shall follow the same general format. All Proposal Volumes shall contain a Title Page, a Table of Contents, a List of Acronyms, Glossary of Terms, and a Cross-Reference Matrix of the Proposal Volume by CLIN, Section L, & SOW. UNCLASSIFIED gage limitations for each volume are identified in paragraph (a). Page limitations include charts and graphic material. The title page, table of contents, a list of acronyms, glossary of terms, and cross-reference matrix do not count toward the total page count of each volume and will not be evaluated. Classified information for a particular volume that is included in Addendum 1 to the Cover Letter/Offer shall count towards the page limitations for the volume it references. Pages not in the page count shall be numbered with Roman numerals (i.e., iv). (d) Proposal Page Format. (d-1) Format: A "page" will consist of print on one length of 8 1/2 inch by 11-inch paper. Paper printed on two sides will count as two pages. In accordance with the clause at 52.204-4, NIMA encourages the use of two sided printing and reproduction. Foldouts shall not exceed 10% of the total volume page count for any single volume. Each 11X17 foldout page shall count as two pages single sided and four pages double sided, against the page limitations. Page margins will be a minimum of 1 inch on top, bottom and each side. Volumes I and IV (Cover Letter/Cost Volume) are exempt from the 1-inch margin rule for mandatory forms, boilerplate, and exhibits that are pre-formatted and do not conform to the 1-inch margin requirement, but will be considered in the page count as specified. Partial pages count as a full page for page limitation purposes. All pages within a page-limited section shall be consecutively numbered, starting at page one, and shall not exceed the page limitation. (d-2) Text Type Size. Text Type Size shall be 12 point Times New Roman font. Typesetting or other techniques to reduce character size or spacing are not permitted and are considered a deliberate attempt to circumvent the page limitations. No nen and ink changes are allowed. Two column presentation and use of bold face type for paragraph headings is ;ceptable. Text lines shall be spaced at a minimum of 14.0 points (i.e., single spaced) and text lines shall not exceed 45 lines per column per page, including heading. (d-3) Illustrations and Tables: Slides, Tables, or Diagrams shall not exceed 8-1/2 X 11 inches. Color is permitted. The Master Program Schedule shall be submitted as part of the NSGI System Transition Plan of the Oral Presentation Addendum, Volume Ha in the following matter: One original plotted on 44X32 sheets showing all dependencies and links. One original plus 29 printed on 11 X17 paper containing all necessary data columns. All information (except for document numbers, classification markings, page numbers, etc.) shall be provided within the page margins identified in paragraph (d)(1). Figure callouts may be single-spaced. The font size for illustrations and tables shall be no less than: Art: 8 point Times New Roman or Sans Serif Tables: 8 point Times New Roman or Sans Serif Titles: 10 point Times New Roman, bold, initial cap (d-4) Binding. Each volume shall be complete in itself and shall contain sufficient information to permit a detailed evaluation. Each volume shall be contained in a separate, loose-leaf, three-ring binder. The volume title, copy number, and the company's name shall be placed on the spine, on the front cover, and on the title page of the binder. The pages for the title page, table of contents, and cross-reference matrix will not be numbered. Page 1 of the volume is defined as the first page after the title page, table of contents and cross-reference matrix. All pages shall be numbered sequentially from the first to the last page using only Arabic numerals. Attachments and -)endices may be separately page numbered. Pages printed on both sides shall be numbered on both sides. 01/03/03 (Amendment 1) UNCLASSIFIED ~,ach volume will contain a matrix that identifies those pages within the main volume, attachments and appendices which contribute towards the page count and are subject to evaluation. (e) Any proposal pages submitted which exceed the page limitations set forth in paragraph (a) or proposal pages failing to meet the format in paragraph (d) will not be read or evaluated, and hardcopy pages of the original and all copies will be returned to the offeror. (f) Electronic Format (f-1) This section is intended to provide information to the offeror on the electronic format and application software to be used for submitting softcopy proposals. Use of the software and procedures described in this section reduces the amount of time and effort needed by the Government to receive and install proposals onto the electronic evaluation system and will help to ensure that proposals are suitable for reading electronically. The information regarding electronic products listed below should not be construed as Government endorsement for such products. In the event of inconsistencies between the hardcopy and softcopy versions of the proposal, the hardcopy version shall take precedence. Efforts by the Government to clarify and install electronic proposal submissions in accordance with FAR 15.207(c) will not be considered discussions. The offeror is encouraged to load and use their softcopy submission on a system equivalent to the Government's to ensure that the Government will be able to load the softcopy submission. Note: Electronic submission does not satisfy delivery of proposal. Hard copies must be received to meet the delivery requirements. (f-2) Evaluation Hardware he Government will use the hardware listed in Table A: Item Equipment Server DEC Alpha running Windows NT 4.0 Data Input Disk Drive (Server) Iomega Zip 100 Drive (FAT Format) Workstations IBM-compatible Pentium PCs running Windows NT Workstation 4.0 Printer Laser printers: DELN17ps (B/W) and Tektronix Phaser 350 (color) Tae Backup (Server) Digital DLT-ta e IV (f-3) Evaluation Software The Government will access the softcopy versions using a network running Microsoft Windows NT Server 4.0 and Workstation 4.0, Microsoft Office 97, Microsoft Project 98, Microsoft PowerPoint, and Adobe Acrobat 4.0. Except as identified below, all proposal volumes shall be submitted in Adobe Acrobat, Portable Document Format (PDF), version 4.0. The Acrobat Bookmark feature may be used for document navigation; however, use of the Acrobat Notes feature is prohibited. UNCLASSIFIED The Government will use Mainstay Software Corporation's Proposal Pricing and Analysis System (PPAS) product for evaluation and analysis of the cost volume. Detailed instructions for submitting the cost volume are included at L. 14. (f-4) Electronic Media The offeror shall submit its proposal on 100 Megabyte, Iomega Zip Drive-compatible, disk cartridges or CD- ROM formatted to operate on the Government's proposal evaluation system as described in paragraphs (f-2) and (f-3) above. The softcopy Oral Presentation (Volume II) shall be submitted on a separate CD-ROM or Zip Drive. There is no limit to the number of Zip disk cartridges that may be submitted as long as the page limitations of each proposal volume are met. The offeror shall virus scan and write protect the Zip disks prior to submittal. (f-5) File Naming Conventions The offeror shall name files using standard naming conventions that clearly identify. the file. Valid extensions for files using the above applications are ".pdf 'for Adobe Acrobat 4.0 files, ".xls" for Microsoft Excel 97, ".mpp" for Microsoft Project 98, and ".ppt" for Microsoft PowerPoint. Each file shall be stored in a folder that corresponds to the proposal volume it represents. The files within the folder shall be named in an unambiguous manner, using plain text language, which facilitates the evaluator's ease of accessing the files for evaluation. The offeror shall insert the file name in the header of each document. (f-6) Links The offeror shall hyperlink information in its proposal when possible and prudent (i.e., cross-references made to other sections, tables, or figures within that document). The offeror shall make the existence of hyperlinks ,)vious through the use of an outline box, different font color, underlining, or other highlight method. (f-7) Multimedia Sound or video files shall not be embedded into proposal documents. (f-8) Graphics Graphics, which are embedded into documents, shall be kept as simple as possible. Complex graphics require longer periods for the computers used in the evaluation system to draw and redraw these figures, and scrolling through the document is slowed significantly. a. Limit colors to 256 colors at 1024 x 768 resolution; avoid color gradients. b. Simplify the color palette used in creating figures. c. Be aware of size for graphics files. Large files are discouraged. d. Avoid scanned images. L.11 VOLUME I - COVER LETTER/OFFER L.11.1 Cover Letter A cover letter, signed by an official authorized to legally bind the offeror is to be attached to offers. The first page of the proposal's cover letter must show: The solicitation number. The name, address, and telephone and facsimile numbers of the offeror. UNCLASSIFIED Names, titles, and telephone and facsimile numbers of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation. d. Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. e. Names and telephone numbers of persons to be contacted for clarification or questions to this proposal (No more than two (2) people may be listed). f. Provide the mailing address, telephone, and fax numbers for the cognizant Contract Administration Office, DCAA, and Government Paying Office. g. Statement that the proposal is firm for a period of not less than one hundred twenty (120) days from the proposal due date. h. Statement as to the acceptance of the anticipated contract provisions and proposed contract schedule or specific exceptions taken to any of the terms and conditions specified herein. L.11.2 Offers The completion and submission to the Government of the items listed below shall constitute an offer and shall indicate the offeror's unconditional consent to the terms and conditions of the RFP. Objections to any of the terms and conditions of this RFP may be considered by the Government to be unacceptable. Standard Form 33, "Solicitation, Offer, and Award," with blocks 12 through 18 completed by the offeror. RFP Section B, "Supplies or Services and Prices/Costs," with the offeror proposed contract line item prices iserted in the appropriate spaces. RFP Section H, "Special Contract Requirements", the offeror's proposed names of Key Personnel inserted in the appropriate space. RFP Section I, "Contract Clauses," with the offeror's proposed Subcontracting Plan and a Mitigation Plan JAW the Organizational Conflict of Interest clause. RFP Section K, "Representations, Certifications, and Other Statements of Offerors," completed by the offeror. 01/03/03 (Amendment 1) UNCLASSIFIED ,..113 Classified Addendum Where classified information is required in your response, it shall be provided as a classified supplement and bound in a single addendum to Volume I "Cover Letter/Offer." Classified Past Performance information shall be submitted early as a separate addendum to the Past Performance Volume. Each entry in the classified addendum shall be referenced to the proposal volume, page number, and paragraph number to which it applies. Similarly, a reference shall be placed in the unclassified volume where the classified insert applies, giving the page and paragraph numbers within the addendum where it can be found. Binding and labeling of the addendum as well as submission shall conform to the same directions as those given in this instruction to offerors for unclassified portions. The classified addendum shall be separately bound with an applicable security designation color cover, conforming to the CDCG/DD Form 254 of this RFP. Pages in classified addenda will be included in the page count for the applicable volume. L.12 VOLUME II - TECHNICAL/MANAGEMENT (Oral Presentation) L.12.1 Requirements The Technical/Management Oral presentation will address each of the nine Technical and Management evaluation Items and their associated Factors identified in Section M as a minimum: Item action 1 - Enterprise Architecture Section 2 - Integrated Geospatial Intelligence (GI) Analytical Environment Section 3 -- NSGI System Transition Plan Section 4 -- Business Process Re-engineering Section 5 - Enterprise Responsiveness Section 6 -- Management Approach Section 7 -- Partnerships Section 8 - Staffing Plan Section 9 - Subcontractor Management L.12.2 Volume Ila - Oral Presentation Addendum A written Addendum to the Oral Presentation shall be submitted with the offeror's proposal containing the Following documents: 1) Engineering Analysis to Support Scaleability; 2) NSGI System Transition Plan (with .ster Program Schedule and };} Implementation Plan for Block 1). Even though this information might be page 01/03/03 (Amendment 1) UNCLASSIFIED --eferenced and presented in the offeror's Oral Presentation, enough detail must be included in the Addendum to _acilitate a thorough evaluation and allow for the immediate incorporation of these documents into the resultant contract. The NSGI System Transition Plan shall be updated, using the NEA CDRL 020, to be consistent with the Government's prioritized technical capabilities and Block priority sequencing as provided in Appendix D to the SOW, and the system integration and program management responsibilities contained in SOW Sections 3 and 4. The NSGI System Transition Plan contained in the Oral Presentation Addendum may also provide an alternative that represents the Contractor's preferred approach for the engineering and delivery of capabilities tailored to the Contractor's proposed NSGI Architecture. This preferred approach shall provide detailed justification for differences and trades, and shall provide trace ability between the Government's prioritized technical capabilities and Block priority sequencing to the Contractor's preferred approach. L.12.3 Oral Presentation Guidelines Each offeror must make an oral presentation to the Government's evaluation team. The Evaluation Team will evaluate the oral presentation in accordance with the 19 factors listed under the Technical and Management Areas in Section M of this RFP. The offeror's representatives must show by the presentation and by their answers to the Government's clarification questions that they understand the Government's requirements; that they are familiar with the kinds of problems that may develop during performance; and that they are capable of developing practicable and effective solutions to those problems. The Government will conduct a drawing to determine the order in which the contractors are assigned their oral -esentation day. The Contracting Officer will schedule the oral presentations and notify each offeror of the scheduled date, time and location of its presentation within 7 days of the final proposal submission. release f the RFPI The Government will hold oral presentations in mid to late February 2003. The offeror must make its oral presentation in accordance with these instructions and any additional instructions the Contracting Officer may provide. The Contracting Officer may reschedule an offeror's oral presentation at the Contracting Officer's sole discretion. Oral presentations are limited to six hours. The offeror will return the following day to answer any clarification questions the Government might have. Breaks will be scheduled by the offeror of at least 10 minutes per hour. Breaks will not be counted as part of the six-hour presentation time. The offeror will indicate to the Government when it has reached a break point, at which time the Government time-keeper will stop the clock. The Contracting officer will tell the offeror when to start its presentation, keep time, and stop the presentation at the end of the allotted time period whether or not the offeror has finished. The offeror is limited to submitting and presenting no more than 200 scenes slides during their Oral Presentation and assumes full responsibility for delivering a clear and complete presentation during the six (6) hour time period. Each scene shall consist of no more than two (2) images. My Scenes-slides not presented due to time limitations will not be evaluated by the Government. The offeror's presenter(s) must be chosen from among the offeror's proposed key personnel or proposed key subcontractor personnel. The offeror may not use a professional speaker or consultant to make its presentation. The offeror may have sad no more than ten LLO)_representatives in to the oral presentation room at any giv thyme. Up to an additional five (S) representatives may wait in a nearby breakout room.. Equipment operators do not count against these limitations. A senior executive, representing the offeror's corporate management team. may be one of the 10 representatives present in the presentation room. Consultants to the offeror may not 'tend the presentation. U.' CLt v.1' x Page 01/03/03' (A nand i UNCLASSIFIED -)uring the presentation the Government's attendees will not interrupt the offeror to ask questions (except to .equest repetition of inaudible words or statements or the explanation of terms that are unknown to them) or otherwise engage the offeror in any dialogue. The Government will conduct a question and answer session the following day during which the offeror's representatives must answer questions from the Contracting Officer. The Government may include the offeror's presentation, or portions thereof, and its answers to questions in any prospective contract. The Government will not permit an offeror to change its proposal during the oral presentation or the question and answer session. During the question and answer session, offeror(s) will be given an opportunity to address unfavorable assessments of past performance through communications pursuant to FAR 15.306(b), provided that the offeror has not had a previous opportunity to review the unfavorable assessments. This exchange of information is not considered Discussions, and is unique to the discovery of adverse past performance information. The offerors will be notified of any unfavorable assessments of past performance prior to their oral presentation and as stated earlier, may address these assessments during the question and answer session following their presentation. Neither the oral presentation nor the question and answer session will constitute discussions, as that term is defined and used in FAR subpart 15.306(d). If the Government decides that discussions are necessary, notwithstanding the intention to award a contract without discussions, then the Government may discuss the offeror's oral presentation or the answers that it gave during the question and answer session that followed. The presentation team may also expound on any other topics that they consider to be pertinent to a demonstration of their knowledge, competence, and capability to produce/perform so long as that information is presented within the specified time limit. The presentation will not encompass price or cost and fee in any .anner for the proposed contract. (1) To ensure offerors do not spend an inordinate amount of time and money in preparing presentation slides the following specification has been developed. Presentation media are limited to overhead transparencies (slides) or softcopy if unclassified. The softcopy presentation may be presented in Adobe Acrobat 4.0 or Microsoft PowerPoint. (2) The offeror must submit its overhead slides -- and 30 sets of full-scale paper copies of its slides in addition to one softcopy version -- with its proposal submission. The offeror must number the pages of the paper copies and bind each set. In order to ensure the integrity of the source selection process, the offeror must use the overhead slides or softcopy submitted to the Government with its offer when making its oral presentation, without alteration. The evaluation team may review copies of the slides prior to and after the presentation. The offeror may submit no other written documentation for its oral presentation. When evaluating an offeror's oral presentation the Government will consider only those slides that were actually projected and addressed by the offeror during the presentation. The Contracting Officer will not permit the offeror to use slides during the question and answer session that were not projected and discussed during the presentation. The Government will process overhead slides and copies that are received after the deadline for the submission of offers in accordance with FAR 52.215-1(c)(3). If the slides and copies are late, and are not accepted for consideration on the basis of FAR 52.215-1(c)(3) then the Government will consider the offeror to be ineligible - award and will not permit that offeror to make an oral presentation and will reject its offer without further aluation. 0 i 03%03 (Arbendment 1) UNCLASSIFIED Offeror's are not required to utilize the existing Government projector and computer during their presentation. If an offeror chooses to utilize their own projector(s) or other equipment. they assume responsibility for setup and proper functioning. The offeror may not audio or video-record its own presentation. However, the Government may record each offeror's presentation and the question and answer session. If any portion of the oral presentation or the question and answer session is incorporated into the resultant contract, the offeror will be provided a copy of the record. L.13 VOLUME III - PAST PERFORMANCE The Past Performance Panel (PP) evaluation will include an assessment of the Offeror's Past Performance Volume and Past Performance Questionnaire data (Appendix 1) collected by Offeror references or other sources- The Past Performance evaluation consists of three factors identified below. Each offeror and major subcontractor is limited to no more than five references each, and is responsible for forwarding the attached Past Performance Questionnaire (Appendix 1) to the appropriate Government official who can attest to contractor performance for that specific reference. The offeror is responsible for having the Past Performance Questionnaire (Appendix 1) returned to the NIMA Contracting Officer prior to 15 January 2003. The Past Performance evaluation will include an assessment of each offeror, including past performance of all proposed major subcontractors (as defined at L. 14.4). Offeror(s) will be given an opportunity to address unfavorable assessments of past performance through communications pursuant to FAR 15.306(b), provided that the offeror has not had a previous opportunity to review the unfavorable assessments. This exchange of information is not considered Discussions as defined in FAR 15.306(a)(2), and is unique to the discovery of adverse past =~rformance information. The Government provided analysis and scoring of the Thin Line Operational System (TLOS) demonstration assessment will be a significant element of the overall Past Performance score. If additional data is needed from any of the sources, the Past Performance Panel may conduct interviews or obtain information from other sources (CPAR Database) in order to obtain sufficient information to complete the panel evaluation. The Past Performance Volume III will address each of the three (3) Past Performance evaluation Factors identified in Section M as a minimum: Factors Section 1 - The extent to which the offeror's Thin Line Operational System (TLOS) solution demonstrated their understanding and implementation of an all-digital, data-centric analytic environment. Section 2 - The extent to which the offeror has a proven record of success in program management of multiple concurrent, interdependent development spirals. Section 3 -- The extent to which the offeror has a proven record of success at leading subcontractors as an integrated team toward a common goal. UNCLASSIFIED ,.14 VOLUME IV - COST VOLUME This volume consists of a presentation of cost or pricing data substantiating the proposed cost of work to be accomplished in completion of the SOW to include segregation by Blocks for Task Order purposes. The Offeror's cost proposal shall contain sufficient factual information to establish the reasonableness, realism, and completeness of the proposed cost. The cost of the offeror's entire proposed effort will be evaluated for award purposes. Detailed certified cost information in accordance with the following instructions is required for all work proposed during the Base Period, specifically Block 1. Block 2 should contain enough specific uncertified cost detail to make the appropriate complete, reasonable, and realistic determinations. Subsequent Blocks to include the option years will be proposed with as much detailed uncertified cost as possible, with at least annual Not to Exceed (NTE) dollars. The total cost of the proposed effort, including options, will be evaluated for award purposes. For those Legacy/Heritage efforts that are transitioning in FY2003, the offeror should plan for 70 FTE. Beyond FY2003, the offeror should assume a full transition of these efforts. It is the Governments intent to use the negotiated cost to set the contract value. Block 1 will be negotiated for immediate authorization to proceed (ATP) after contract award. The Business Case, Implementation Plan, and cost proposal for each successive Block will be negotiated by Task Order. Four one-year options to allow for transition shall be separately priced for evaluation. All information relating to the proposed price, including all required supporting documentation, must be included in the section of the proposal designated as the cost volume. Under no circumstances shall this information and documentation be included elsewhere in the proposal. All cost or pricing information shall be UNCLASSIFIED. L.14.1 Estimating Methodology ,.14.1.1 Estimating System Provide a summary description of your standard estimating system or methods. The summary description shall cover separately each major cost element (i.e., Direct Material, Engineering Labor, Manufacturing Labor, Indirect Costs, ODCs, Overhead, G&A, etc.). Also, identify any deviations from your standard estimating procedures in preparing this proposal volume. Indicate whether you have Government approval of your system and if so, provide evidence of such approval. L.14.1.2 Purchasing System Provide a summary description of your purchasing system or methods (i.e., how material requirements are determined, how sources are selected, when firm quotes are obtained, what provision is made to ensure quantity and other discounts). Also, identify any deviations from your standard procedures in preparing this proposal. Indicate whether you have Government approval of your system and if so, provide evidence of such approval. L.14.1.3 Accounting System Indicate whether you have Government approval of your accounting system and if so, provide evidence of such approval. Also, identify any deviations from your standard procedures in preparing this proposal. L.14.1.4 Past Experience-Based Estimates Where cost estimates are based upon past experience, identify the past experience, explain how the past experience relates to the current effort, including similarities and differences, and how cost data available from past experiences was adapted to the current effort. UNCLASSIFIED '..14.2 Subcontractors Submit a listing of the proposed subcontractors and inter-divisional transfers (including vendors) showing (a) the supplier, (b) description of effort, (c) type of contract, (d) price and hours proposed by each, and (e) price and hours included in prime's proposal to the Government. L.14.3 Schedule of Rates Submit a schedule showing proposed direct and indirect rates by year. This schedule is to include (but separately identify) prime contractor, subcontractor, and inter-divisional transfer rates. Where this information is company proprietary, it may be submitted directly to the Government via the subcontractor sealed package submittal. L.14.4 Electronic Submission of Cost/Price Data The Government will use Mainstay Software Corporation's Proposal Pricing and Analysis System (PPAS) product for evaluation and analysis of the cost volume. Offerors shall submit the cost volume in a PPAS proposal database, Version 6.9.7 or later. Each major subcontractor, interdivisional transfer, and vendor, regardless of tier, whose proposed price exceeds $75,000,000 for the period of the contract (including options), shall also submit its cost proposal in a PPAS proposal database using the same release. Any reference to major subcontractor shall be assumed to include interdivisional transfers, vendors and subcontractors who exceed the $75,000,000 threshold. The sub-contractor submissions may be made directly to the Government to avoid providing proprietary pricing data to the prime. If variation in content between the paper copy and the electronic copy is noted and that variation is not resolved with the Offeror, the paper copy shall be considered the submitted proposal. i'he Government expects to reconcile the prime's proposal, net of adjustments to the proposals of each major subcontractor and major inter-divisional transfer, to the respective subcontractor/inter-divisional transfer PPAS proposal submissions. The prime contractor is responsible for consistency of the cost data between the prime contractor's PPAS submission and the subcontractor/interdivisional PPAS submission The PPAS proposal database shall reflect the entire bid price against Government specified functional cost elements and Summary Contract Work Breakdown Structure (CWBS) tied to the CLIN structure. L.14.4.1 PPAS Instructions The offeror is required to submit an electronically encoded cost model in accordance with the PPAS format in support of the proposed price for subject acquisition. The PPAS cost model submitted must be consistent with offeror's approved estimating system. The PPAS submission should comply with the following format requirements: ? Data files should be submitted on CD-ROM. ? Data files/CD-ROM's should be accessible by an IBM compatible computer running Windows 95 or later. ? All data files and electronic media delivered to the Government must be reviewed to ensure that they are virus-free. ? If the data files are delivered in compressed format, the offeror shall ensure that the files are either self- extracting or that the software program(s) required to extract the files to their original format is included. ? For each proposal/scenario submitted, include two (2) PPAS files, each with the same proposal/scenario name created in PPAS followed by the number "I". One file will conclude with a.ddb suffix and the other 01/03/03 (Amendment 1) UNCLASSIFIED 2003-K-0001 with a mdb suffix. For example, for a proposal/scenario named DEMO, submit DEMO I.ddb and DEMO1.mdb. Do not change the names of the files from those created in PPAS. ? Arithmetic division operations shall not be used in the PPAS logic file. Instead, invert a custom factor to be divided and then multiply by the inverted custom factor in the logic file. This does not adversely affect the pricing of the proposal. ? Data shall be submitted by month and according to GeoScout SOW Appendix E, Contract Work Breakdown Structure (CWBS). This structure shall be adhered to by the Offerors in developing their proposed CWBS. Beyond this summary CWBS, Offerors have complete flexibility based on the proposed implementation approach. ? Offerors shall ensure that the RCE Cost by WBS report for total proposal, which is included in the Primary Source Selection Reports category, functions and is consistent with other PPAS reports. Offerors shall also ensure that the PPAS templates defining the Cost Summary and the Cost Element Summary reports are completed using the offeror's standard methodology and structure and that the reports that are produced using these templates are consistent with other PPAS reports. ? Offerors shall use the Reporting Period component of PPAS to identify' each of Blocks 1-n. Base Period, each Award Tern and each Option Year unless the Offeror's proposal includes overlaps in any of these hases (Blocks). If the Offeror's proposal. includes any overlapping Blocks. Offeror's shall. instead use the Secondary WBS component of PPAS to separate each of Blocks 1-n and Options 1-4. ? For all years beyond the Base Period, where annual NTE estimates are sufficient., offerors may enter data into PPAS into any single month for each year or into individual months. ? Offerors shall ensure that all costs are properly segregated into recurring and non-recurring within the PPAS proposal database using Cost Types within PPAS. ? Offerors shall ensure that all costs are properly segregated by appropriation type within the PPAS proposal database using Cost Types. Each expected appropriation type with its associated description and definition is shown below: Research, Development, Test and Evaluation (RDT&E) Used for expenses necessary for basic and applied scientific research, development, test and evaluation, including maintenance and operation of facilities and equipment. The only hardware that should be charged to RDT&E is that bought for prototype development. Procurement Used for production and modification of aircraft, missiles, weapons, vehicles, ammunition, shipbuilding and conversion, and other items. Hardware can either be charged here or to O&M, but once the O&M phase begins, hardware cannot be bought under procurement. Used for day-to-day expenses such as training exercises, deployments, civilian salaries, and operating and maintaining installations. Cost Types shall be named as follows: Name Description 1 RDT and E-Rec 2 RDT and E-NonRec 3 Procurement-Rec 4 Procurement-NonRec 5 Ops and Maint-Rec 'age 22 01/03/03 (Amendment 1) UNCLASSIFIED 6 Ops and Maint-NonRec ? The Government requires visibility into the labor/skills mix inherent in the proposal in order to make a complete evaluation. Offerors shall provide data in accordance with their typical labor/skills mix categories. Labor grades shall not be combined into a single labor resource in PPAS. ? The prime's proposal shall uniquely identify for each major subcontractor and each major interdivisional transfer, detailed by each WBS and time period, total labor hours, total labor dollars, total travel costs, total material costs, total other costs, total burdened costs exclusive of fee, and price. ? The prime's proposal shall uniquely identify for the total of all other subcontractors and all other interdivisional transfers, detailed by each WBS and time period, total labor hours, total labor dollars, total travel costs, total material costs, total other costs, total burdened costs exclusive of fee, and price. ? When proposing more than 40 hours of work per week at a standard 40-hour workweek rate, the hours in excess of 40 should be entered in PPAS using a separate but related Resource that has a zero rate. ? Any adjustments to total labor hours or price in the major subcontractor's and interdivisional transfer's submissions that are defined in the prime's proposal submission shall be identified, for each subcontractor and interdivisional transfer, as a Cost Element in PPAS. Basis of Estimate shall be used to describe the breakdown of adjustments, including adjustments due to negotiation, adjustments due to redistribution of work, and other. ? For the Base Period, the prime and each major subcontractor and interdivisional transfer shall, within its own proposal, itemize each element of travel using the Travel module of PPAS. Within the Travel module, identify each class of trip, the specific elements of that trip, and an estimate of the number of trips of each class, all delineated by WBS and month. For all periods beyond the Base Period, detailed travel estimates are unnecessary. An aggregate estimate of travel for each year is sufficient and shall be identified in a PPAS Resource. The prime contractor shall include in its PPAS proposal only total travel dollars by WBS and time for each major subcontractor and interdivisional transfer in its proposal. ? For the Base Period, the prime and each major subcontractor and interdivisional transfer shall, within its own proposal, use the Material module in PPAS to itemize each proposed major material item with an extended value exceeding $100,000. For each such item, offerors shall show name, description, vendor, part number, quantity required, and unit price. The total of all material items not exceeding $100,000 shall be aggregated within one or more line items in the Material module. For all periods beyond the base period, detailed material estimates are unnecessary. An aggregate estimate for materials for each year is sufficient. The prime contractor shall include in its PPAS proposal only total material dollars by WBS and time for each major subcontractor and interdivisional transfer in its proposal. ? Include in the PPAS proposal the capability to present costs in base-year FY03 dollars by using the Required Cost Element RCE.BYPRICE. To achieve this, create one or more separate PPAS custom factor(s) to capture a deflation index that will be applied to then-year price (RCE.PRICE) to approximate base-year price (RCE.BYPRICE). These same indices may be used by proposal evaluators to appropriately deflate any individual element of the proposal. ? The prime's proposal shall specify total indirect burden for the sum of all subcontractor and interdivisional transfer costs. The following required cost elements (RCE) shall be included in the proposal database: Name Description Print Order RCE.DIRLAB RCE Direct Labor 9500 RCE.OTLABOR RCE Overtime Labor 9510 UNCLASSIFIED RCE.SUMLABOR RCE Labor + Overtime Labor 9520 RCE. LABOVH D RCE Labor Overhead 9530 RCE.TOTLABOR RCE Labor plus Overhead 9540 RCE. MAJSHRS RCE Major Subcontractor Hours 9550 RCE.OTHSHRS RCE Other Subcontractor Hours 9560 RCE.TOTSHRS RCE Major + Other Subs Hours 9570 RCE.TOTHOURS RCE Total Hours 9580 RCE.MAJSLAB RCE Major Subcontractor Labor ($) 9590 RCE.OTHSLAB RCE Other Subcontractor Labor ($) 9600 RCE.TOTSLAB RCE Major + Other Subs Labor ($) 9610 RCE.MAJSMAT RCE Major Subs Material ($) 9620 RCE. MAJSTVL RCE Major Subs Travel ($) 9630 RCE. MAJSCOST RCE Major Sub Other Costs 9640 RCE.MAJSXFEE RCE Major Sub Total Cost exc Fee 9650 RCE.MAJSPRCE RCE Major Sub Total Price 9660 RCE.OTHSMAT RCE Other Subs Material ($) 9670 RCE.0THSTVL RCE Other Subs Travel ($) 9680 RCE.OTHSCOST RCE Other Subs Other Costs 9690 RCE.OTHSXFEE RCE Other Sub Total Cost exc Fee 9700 RCE.OTHSPRCE RCE Other Sub Total Price 9710 RCE.SUBBURN RCE Total Subcontractor Burden 9720 RCE.ALLSUBS RCE Total Subs + Burden ($) 9730 RCE. MATERIAL RCE Material 9740 RCE.MATBURN RCE Material Burden 9750 RCE.TOTMATL RCE Total Material + Burden 9760 RCE.MATLSUM RCE Material Summary 9770 RCE.TVL RCE Travel 9780 RCE.TVLSUM RCE Travel Summary 9790 RCE.ODC RCE Other Direct Costs 9800 RCE.ODCSUM RCE Other Direct Costs Summary 9810 RCE.COST RCE Cost less G and A 9820 RCE.GA RCE G and A ($) 9830 RCE.CSTINCGA RCE Cost Including G and A 9840 RCE.COM RCE Cost of Money 9850 RCE.FEEBASE RCE Cost Basis for Fee 9860 RCE.FEE RCE Fee 9870 RCE.MISC RCE Miscellaneous 9880 RCE.PRICE RCE Price 9890 RCE.BYPRICE RCE Base Year Price 9900 RCE.DIRLAB (RCE Direct Labor) Unburdened hours and dollars resulting from only the prime contractor's regular time (not overtime) direct labor hours. RCE.OTLABOR (RCE Overtime Labor) Unburdened hours and dollars resulting from only the prime contractor's overtime (not regular time) direct labor hours. 34 01/03/03 (Arnendnien UNCLASSIFIED 2003-K-0001 RCE.SUMLABOR (RCE Labor + Overtime Labor) Total of unburdened hours and dollars resulting from only the prime contractor's regular time direct labor hours and overtime direct labor hours. RCE.LABOVHD (RCE Labor Overhead) All overhead dollars applied to the total of only the prime contractor's regular time direct labor hours and overtime direct labor hours. RCE.TOTLABOR (RCE Labor plus Overhead) Total of unburdened dollars from only the prime contractor's regular time direct hours, overtime direct labor hours, and overhead on these dollars. RCE.MAJSHRS (RCE Major Subcontractor Hours) Total of regular time direct labor hours and overtime direct labor hours from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L. 14.4. RCE.OTHSHRS (RCE Other Subcontractor Hours) Total of regular time direct labor hours and overtime direct labor hours from the sum of all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.TOTSHRS (RCE Major + Other Subs Hours) Total of regular time direct labor hours and overtime direct labor hours from all subcontractors and interdivisional transfers regardless of whether they exceed the threshold defined in paragraph L. 14.4. RCE.TOTHOURS (RCE Total Hours) Total of all direct labor hours (regular and overtime) from prime, all subcontractors and interdivisional transfers. RCE.MAJSLAB (RCE Major Subcontractor Labor ($)) Total dollars, including subcontractor burden but not prime burden, from regular time direct labor hours and overtime direct labor hours from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L. 14.4. RCE.OTHSLAB (RCE Other Subcontractor Labor ($)) Total dollars, including subcontractor burden but not prime burden, from regular time direct labor hours and overtime direct labor hours from the sum of all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.TOTSLAB (RCE Major + Other Subs Labor ($)) Total dollars, including subcontractor burden but not prime burden, from regular time direct labor hours and overtime direct labor hours from all subcontractors and interdivisional transfers regardless of whether they exceed the threshold defined in paragraph L. 14.4. RCE.MAJSMAT (RCE Major Subs Material ($)) Total material dollars, including subcontractor material burden, from each subcontractor and interdivisional *ransfer that exceeds the threshold defined in paragraph L. 14.4. UN-C SS 5-i '11 UNCLASSIFIED 'CE.MAJSTVL (RCE Major Subs Travel ($)) Total travel dollars from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L. 14.4. RCE.MAJSCOST (RCE Major Sub Other Costs) The total of all other costs (excluding labor, labor burden, material, material burden, travel, and fee) from all subcontractors and interdivisional transfers that exceed the threshold defined in paragraph L. 14.4. RCE.MAJSXFEE (RCE Major Sub Total Cost excluding Fee) The total of all costs (excluding fee) from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L. 14.4. RCE.MAJSPRCE (RCE Major Sub Total Price) The total of all costs from each subcontractor and interdivisional transfer that exceeds the threshold defined in paragraph L. 14.4. RCE.OTHSMAT (RCE Other Subs Material ($)) Total material dollars, including subcontractor material burden, from all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.OTHSTVL (RCE Other Subs Travel ($)) Total travel dollars from all subcontractor and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.OTHSCOST (RCE Other Subs Other Costs) The total of all other costs (except for labor, labor burden dollars, and fee) from all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L. 14.4. RCE.OTHSXFEE (RCE Other Sub Total Cost excluding Fee) The total of all costs (excluding fee) from all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L.14.4. RCE.OTHSPRCE (RCE Other Sub Total Price) The sum of all costs from all subcontractors and interdivisional transfers that do not exceed the threshold defined in paragraph L. 14.4. RCE.SUBBURN (RCE Subcontractor Burden) Total burden applied by the prime to the sum of all subcontractor and interdivisional transfer dollars regardless of the threshold defined in paragraph L.14.4. RCE.ALLSUBS (RCE Total Subs + Burden ($)) Total of all subcontractor and interdivisional dollars plus all burden applied by the prime to the sum of all subcontractor and interdivisional dollars. RCE.MATERIAL (RCE Material) Total material dollars from only the prime contractor. -'CE.MATBURN (RCE Material Burden) Total burden from only the prime contractor. RCE.TOTMATL (RCE Total Material + Burden) Total of prime contractor's material dollars plus prime contractor's burden on material. RCE.MATLSUM (RCE Material Summary) Total material dollars from prime, all subcontractors, and all interdivisional transfers. RCE.TVL (RCE Travel) Total of prime contractor's travel dollars. RCE.TVLSUM (RCE Travel Summary) Total travel dollars from prime, all subcontractors and interdivisional transfers. RCE.ODC (RCE Other Direct Costs) Total of prime contractor's other direct costs (excluding the prime contractor's travel and material). RCE.ODCSUM (RCE Other Direct Costs Summary) Total other direct costs (excluding travel and material) from prime, all subcontractors and interdivisional transfers. RCE.COST (RCE Cost less G and A) otal dollars resulting from all direct labor, all subcontractors, all interdivisional transfers, all material, all travel, all other direct costs, , and all burden but excluding general and administrative costs, cost of money and fee. RCE.GA (RCE G and A ($)) Total of general and administrative dollars applied by the prime contractor. RCE.CSTINCGA (RCE Cost including G and A) Sum of RCE.COST + RCE.GA. RCE.COM (RCE Cost of Money) Total cost of money dollars applied by the prime contractor. RCE.FEEBASE (RCE Cost Basis for Fee) Total dollars on which fee is applied by the prime contractor. RCE.FEE (RCE Fee) Total fee dollars applied by prime contractor. RCE.MISC (RCE Miscellaneous) Total of all dollars not applicable to other required cost elements (Provide description of components in proposal textual information.) .t.CE.PRICE (RCE Price) UIM/03 ("Amendment 1) UNCLASSIFIED total proposal price. RCE.BYPRICE (RCE Base Year Price) Total proposed price in base year dollars. Offerors may use whatever unique names they wish for all other cost elements, but must calculate these cost elements in order that the Government may use PPAS's Cost Summary reports without having to interpret Offerors' pricing logic. For purposes of completing the PPAS submission regarding RCE elements, major subcontractors are those that exceed the dollar threshold for requiring submission of PPAS. Other subcontractors are those below that threshold. Interdivisional work shall follow the same instructions as for subcontractors. L.14.4.2 Basis of Estimate Sheets by Contractor Work Breakdown Structure In a separate appendix to the Cost Volume, using MS Word, MS Excel or PDF, include a Basis of Estimate in contractor format that is a summary of the total proposed requirements to level 3 of the CWBS. Following the summary, provide estimating rationale that describes in general terms how the hour, material, travel, and ODC estimates for each element were developed. Also provide a description of type of data used to develop the estimate, i.e. historical experience from the XYZ program, why that program was relevant, engineering judgement, technical parameters and cost estimating relationships, Source Line of Code (SLOC) counts, etc. Also, as the prime contractor, provide a discussion of the adjustments made to each major subcontractor's, .ndor's, and major interdivisional transfer's proposal, by type of adjustment (e.g. expected reduction due to negotiation, re-distribution of work, etc.) as summarized, for each subcontractor, in a Cost Element in the PPAS Logic File. L.14.4.3 DCAA Submission Offerors shall provide a copy of their cost proposal, including the electronic PPAS, PPAS Composite, and Excel files, to their cognizant Defense Contract Audit Agency (DCAA) in conjunction with the submission to the GeoScout program office for audit/verification purposes. Subcontractors who meet the threshold for PPAS submittal shall also submit PPAS files to their cognizant DCAA office. L.14.5 Subcontracting Plan Include a Subcontracting Plan in accordance with FAR 52.219-9, Alt H. The plan must be approved by the PCO before contract award. L.14.6 Evaluation of Options In accordance with FAR 52.217-5 (Jul 1990), except when it is determined in accordance with FAR 17.206 (b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options and potential award term extensions to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. T 14.7 Changes After Contract Award UNCLASSIFIED `,fter contract award, PPAS will be used on an ongoing basis for capturing actual data and for estimating modifications to the program. The prime and each major subcontractor, IDT, and vendor shall submit actual hours and dollars in PPAS. Submissions of actual data will occur on the same time schedule as is applicable for EVMS data. The prime contractor is responsible for consistency of data between PPAS and the EVMS system and between the prime's PPAS submission and the PPAS submissions of each applicable subcontractor, IDT and vendor. PPAS will be used as the pricing tool to be used in conjunction with Engineering Change Proposals (ECP). Program modifications will be estimated in PPAS and will include actual data for work already complete, an updated estimate-to-complete, and an updated estimate-at-completion. The Change Order Module of PPAS will be used for this purpose, and separate breakdowns shall be provided for Work Deleted, Work Added, and Work Deleted but Already Performed. EVMS will be used to monitor performance, manage rates, and assist management in decision making on technical, schedule, and cost issues. L.15 VOLUME V - SECURITY The Security volume describes the offeror's policies and procedures to ensure compliance with the security guidance of this RFP, the Contract Data Classification Guide (CDCG), and the DD Form 254. Security Volume information consists of a Security Plan that describes how the Offeror proposes to comply with the security requirements of the proposed contract. If the personnel involved in this contract will require TOP SECRET clearances, the Offeror must take into account the extended period of time that may be required to process earances. The security plan must include an affirmative statement indicating a corporate commitment to gaffing this effort with personnel having the appropriate clearances. UNCLASSIFIED APPENDIX A OF SECTION L, - ACRONYM LIST ACE ARC CDR CLIN CM CMP CONUS COR COTS CPAF/AT CWAN CWBS DCAA DCMA DDS DE DMB DoDIIS DUNS EE IT EST FAR FOC G&A GAO GFP GGI GI GIAT GOTS HBCU I.A. ICD IDS IDS-D IOC ITF JPO l JPO2 LOE MI . S iNCCB Acquisition Center of Excellence Acquisition Research Center Critical Design Review Contract Line Item Number Configuration Management Configuration Management Plan Continental United States Contracting Officer Representative Commercial-off-the-shelf Cost Plus Award Fee/Award Term Contractor Wide Area Network Contract Work Breakdown Structure Defense Contract Audit Agency Defense Contract Management Agency Defense Dissemination System Dissemination Element DoDIIS Management Board Department of Defense Intelligence Information System Data Universal Numbering System Enterprise Engineer Early Interface Test Eastern Standard Time Federal Acquisition Regulation Full Operational Capability General and Administrative Government Accounting Office Government Furnished Property Global Geospatial Intelligence Geospatial Intelligence Geospatial Intelligence Advancement Testbed Government-Off-The-Shelf Historically Black Colleges and Universities Imagery Analyst Interface Control Document Information Dissemination Services Information Dissemination Services - Direct Delivery Initial Operational Capability Integrated Test Facility Joint Program Office effectivity 1 Joint Program Office effectivity 2 Level of Effort Minority Institutions Microsoft NIMA Confwration Control Board UNCLASSIFIED NIMA NLT NPE NRO NSES NSGI O&M O&S OCONUS ODCs PCO PDF PDR PDW POC PP PPP Q&A QA R&D RCE RFC RFP :IC SB SCI SCIF SDB SIC S?O SOR SOW SRR TEM TIC TLOS UIP USIGS National Imagery and Mapping Agency No Later Than NIMA Prototyping Environment National Reconnaissance Office NIMA System Engineering Services National System for Geospace Intelligence Operations and Maintenance Operations and Support Overseas Continental United States Other Direct.Costs Procurement Contracting Officer Portable Document Format Preliminary Design Review Procurement Defense Wide Point of Contact Past Performance Program Protection Plan Questions and Answers Quality Assurance Research and Development Required Cost Element Request for Change Request for Proposal Requirement to Image Correlation Small Business Sensitive Compartmented Information Sensitive Compartmented Information Facility Small Disadvantaged Business Standard Industrial Classification Statement of Objectives Statement of Requirements Statement of Work System Requirements Review Technical Exchange Meeting Target to Image Correlation Thin Line Operational System USIGS Interoperability Profile United States Imagery and Geospatial Information Service UNCLASSIFIED 7ECTION M - EVALUATION FACTORS FOR AWARD M.1 52.217-4 Evaluation of Options Exercised at Time of Contract Award. (JUN 1988) M.2 52.217-5 Evaluation of Options. (JUL 1990) M.3 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. Identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.amet/far.gov M.4152.215-725 Evaluation Procedures and Factors for Award (JAN 1998) 1. Introduction: The objective of the evaluation process is to select and recommend Contractors to the Source Selection Authority for final negotiation and award of a contract. Proposals and oral presentations received in response to its Request for Proposal shall be evaluated in accordance with the procedures set forth below. II. Competitive Range Determination: In accordance with FAR 15.306(c), the competitive range shall be determined on the basis of an initial evaluation of the offeror's written proposal and oral presentation submitted in response to the GeoScout Request for Proposal. The competitive range shall include only those proposals most highly rated after initial evaluation. The initial evaluation of proposals and the initial determination of the competitive range will be made upon a review of the written proposal and oral presentation (to include Addendum) along with consideration of any information exchanged during communications as defined in FAR 15.306. The Government evaluators at their discretion may review CDRLs submitted as part of the NSGI Enterprise Architecture (NEA) contracts to enhance and clarify their understanding of the oral and written proposal submissions. The Government shall discontinue the evaluation of any proposal, which is not considered in the competition range after initial evaluation Written or oral discussions shall be held with all Offerors within the competitive range if discussions are required to make the final selection. The intent of these discussions is to obtain the best value based upon the requirements and evaluation factors set forth in Section M. The scope, extent and format of discussions are at the discretion of the Contracting Officer and will be tailored to each Offeror's proposal. During these discussions the government will resolve all material issues to select the best offers for final negotiations. The vernment may remove an Offeror from the competitive range at any point during discussions, whether or not ail material aspects of the proposal have been discussed, if the Offeror is no longer considered to be one of the 'age i i 01/03103 (Amend UNCLASSIFIED 'lost highly rated. Revisions to an Offeror's written proposal during discussions are at the discretion of the Contracting Officer. When discussions are concluded, all Offerors within the competitive range will be given the opportunity to submit a final revised proposal within the time constraints identified by the Contracting Officer. Final revised proposals will be evaluated for the purpose of selecting one Offeror for final negotiations. The evaluation criteria used in this evaluation shall be the same as those used in the initial evaluation. V. Final Negotiations Final negotiations is the process of bringing into contractually binding form the most favorable terms and conditions possible, including technical and scientific approaches, support arrangements, and contract pricing. Final negotiations will be conducted only with the offeror offering the best value, cost/price and other factors considered and shall not involve material changes in either the Government's requirements or the Offeror's proposal which affect the basis for source selection. In the event that such changes are desired by the Government, the competition will be reopened. In the event that a definitive contract cannot be consummated on a timely basis, negotiations will be terminated and a new source selection for final negotiations shall be made. VI. Notice and Debriefing: lebriefings will be conducted in accordance with FAR Subpart 15.5. As noted above, this solicitation does not provide for the submission of revised proposals unless justified. Therefore, Offerors who remain in the competitive range, but which are not ultimately selected for award, shall be notified after final revised proposals have been evaluated and a contract has been successfully negotiated and signed with the successful Offeror. Requests for debriefings must be in writing and must be received by the Government Contracting Officer within three days after the date on which the Offeror receives notification of the Government's source selection decision. VII. Evaluation Factors and Criteria: (a) In determining the award of contract(s), primary consideration shall be given to the offeror(s), that can perform the contract(s) in a manner most advantageous to the Government, cost/price and other factors considered. Evaluation shall be conducted by comparing an Offeror's proposal against the requirements contained in this solicitation, including all compliance documents. An Offeror's proposal must accurately demonstrate an understanding of the objectives and scope of the project. (b) The major categories, which shall be evaluated, are, as depicted in Table 1 below: UNCLASSIFIED fable 1 Evaluation Criteria Weights The table below summarizes the evaluation areas, items, and factors and their relative weights. Aar......... 1~ ~ ~..a .. , :J~' . ,::......: I: Technical Evaluation (40%) 1.1 Enterprise Architecture (30%) 1.1.1 The extent to which the proposed Enterprise Architecture is adaptive and scale-able. (30%) 1.1.2 The extent to which the proposed Enterprise Architecture is complete in terms of processes and interoperable capabilities to meet mission and corporate requirements and supports TPPU constructs. (20%) 1.1.3 The extent to which the proposed Enterprise Architecture provides effective data quality of geospatial intelligence and corporate data, information and products. (20%) 1.1.4 The extent to which the proposed Enterprise Architecture establishes efficient approaches that address multiple users at multiple security levels. 1.1.5 The extent to which the proposed Enterprise Architecture ensures continuity of operations of mission-critical systems systems and leverages value-added heritage/legacy system capabilities. (15%) 1.2 Integrated Geospatial Intelligence Analytical Environment (25%) 1.2.1 The extent to which the proposed Geospatial Intelligence environment addresses the need for seamless access to data and information. (35%) 1.2.2 The extent to which the proposed Geospatial Intelligence environment integrates Imagery Analyst (IA) and geospatial analyst (GA) tradecraft and functionality into a single interoperable softcopy environment. (35%) 1.2.3 The extent to which the proposed Geospatial Intelligence environment provides effective, comprehensive and improved information and workflow management across the enterprise. (30%) 1.3 NSGI System Transition Plan (15%) 1.3.1 The extent to which the proposed NSGI System Transition Plan provides an aggressive and thorough, yet risk-aware, time-phased plan for achieving the proposed system architecture. (100%) 1.4 Business Process Re- engineering (15%) UNCLASSIFIED .04 MR3 1.4.1 The extent to which the offeror provides an effective approach for conducting Business Process Re-engineering. (70%) 1.4.2 The extent to which the proposed Business Process Re-engineering documents logical, new business processes/rules and best commercial practices to successfully facilitate the proposed transformation of NIMA and the NSGI architecture. (30%) 1.5 Enterprise Responsiveness (15%) 1.5.1 The extent to which the proposed architecture improves NSGI enterprise throughput, timelines and responsiveness. (60%) 1.5.2 The extent to which the proposed architecture improves throughput, responsiveness and timelines of the end-end multi-INT TCPED stream. (40%) H: Management Approach (40%) 2.1 Management Approach (45%) 2.1.1 The extent to which the proposal provides a credible approach for technical management during block/spiral definition and implementation, allowing for government insight and defined approval gates supporting the evolutionary acquisition methodology. (50%) 2.1.2 The extent to which the proposal promotes efficient and effective program management of the GeoScout contract effort. (25%) 2.1.3 The extent to which the proposal provides a sound management approach for assuming systems integration responsibility over heritage/legacy efforts. (25%) 2.2 Partnerships (25%) 2.2.1 The extent to which the offeror clearly identifies how they intend to support relationships with other significant partners in the Transformation of NIMA. (100%) 2.3 Staffing Plan (15%) 2.3.1 The extent to which the offeror provides an appropriate mix of qualified, highly capable subject matter experts adequate to manage, develop and implement a large-scale system integration effort over the life of the effort. (100%) 2.4 Subcontractor Management (15%) 2.4.1 The extent to which the proposal identifies an effective process for evaluating, selecting, managing and incentivizing subcontractors. (100%) III: Past Performance _ UNCLASSIFIED 3.1.1 The extent to which the offeror's Thin Line Operational System (TLOS) solution demonstrated their understanding and implementation of an all- digital, ital, data-centric analytic environment. (50%) 3.1.2 The extent to which the offeror has a proven record of success in program management of multiple concurrent, interdependent development spirals. (30%) 3.1.3 The extent to which the offeror has a proven record of success at leading subcontractors as an integrate d team toward a common goal. (20%) IV: Cost Evaluation V: Security (Pass/Fail) M.5 Proposal Evaluation The Government intends to award one contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation is judged to be most advantageous and of best value to the Government, cost and other factors considered. The Government reserves the right to award no contract at all, depending on e quality of the proposals, the availability of funding, and the continued existence of the requirement. Each offeror's proposal will be evaluated for the combined non-cost factors and cost, as shown in Figure 1. Non-cost factors are significantly more important than cost. Offerors are warned that the Government may select other than the lowest proposed cost/ priced, acceptable offer. The Government may select a superior technical/ management/past performance offer if it is determined that the additional merit offered is worth the additional cost in relation to the other proposals received. Non-cost consists of four areas, technical, management, past performance, and security. The Security Area will be evaluated on a pass/fail basis. If an offeror's proposal fails to meet the security criteria, the offer will be rejected. UNCLASSIFIED figure 1: Overall Award Criteria "Most Advantageous, Greatest Value" Past Performance Security (Pass/Fail) Technical Area The non-cost Technical Area consists of four items, as shown in Table 1 in their order of relative importance. Specific criteria shall be used to evaluate the offeror's Technical proposal, which will be in the form of an oral 'resentation and Addendum. Each item in the Technical Area is evaluated with the specific factors identified .or that item. These factors, as shown in Table 1, are assigned a specific weight to represent the relative order of importance of each factor compared to any other factor in the Technical Area. Management Area The non-cost Management Area. consists of four items, as shown in Table 1 in their order of relative importance. Specific criteria shall be used to evaluate the offeror's Management proposal, which will be in the form of an oral presentation and Addendum. Each item in the Management Area is evaluated with the specific factors identified for that item. These factors, as shown in Table 1, are assigned a specific weight to represent the relative order of importance of each factor compared to any other factor in the Management Area. Past Performance Area The non-cost Past Performance Area consists of three factors, as shown in Table 1 in their relative order of importance. Evaluation of Past Performance shall be based on a consideration of the past performance information obtained in accordance with clause 152.215-723, Proposal Preparation Instructions, of this solicitation. The Government shall document the basis for conclusions. The contractor will receive neither a favorable nor an unfavorable rating if it does not have a performance history similar to the effort described in this solicitation. UNCLASSIFIED security Area Security shall be evaluated on a pass or fail scale basis and will be based on the Security Plan each offeror submits as part of their Security Volume. M.6 Assessment Criterion The non-cost areas will be evaluated and rated using the specific criterion listed below and the standards described for each of the factors. A risk assessment, reflecting the Government's degree of confidence in the offeror's ability to accomplish the GeoScout effort as described by the relevant experience, technical approach, operations/ supportability and program management support as described in their proposal, will also be performed and rated for each individual factor (Table 2). Offerors are cautioned that proposals which the Government considers unrealistic in terms of technical, management or schedule commitments will be deemed indicative of an inherent lack of comprehension of the complexity and risks of the requirements and may be rejected. Page 38 01101103 (Ameridmt.nt 11 UNCLASSIFIED Table 2 - Proposal Risk Assessment Rating Scale UNCLASSIFIED Specific Criteria The specific criteria listed below will be evaluated. The technical evaluation area consists of five items, Enterprise Architecture, Integrated GI Analytical Environment, NSGI System Transition Plan, Business Process Re-engineering, and Enterprise Responsiveness Item 1.1 Enterprise Architecture. Factor 1.1.1 The extent to which the proposed Enterprise Architecture is adaptive and scale-able. Standards a. Architecture scales in terms of data storage capability, bandwidth, and processing power in order to adequately accommodate all NSGI data types/sources. b. Architecture addresses the entire NSGI enterprise to include external users and customers and mission and corporate applications. c. Architecture can adapt to a dynamically-changing environment (new requirements, new technology, crisis situations, additional users, new sources, new data types, databases and data dictionaries) with minimal impact to design, cost and schedule. d. Architecture and technology insertion processes accommodate the rapid insertion of successful Advanced Research and Development efforts as well as other research and development efforts, through the NPE configuration controlled environment, to provide real solutions for real users. e. Architecture maximizes use of SCOTS solutions while fully leveraging SCOTS products across the commercial marketplace. Factor 1.1.2 The extent to which the proposed Enterprise Architecture is complete in terms of processes and interoperable capabilities to meet mission and corporate requirements and supports TPPU constructs. Standards a. Architecture incorporates geospatial intelligence and business data types and sources that satisfy end-to-end mission and corporate requirements, enabling and facilitating the integration and fusion of Geospatial and intelligence sources and of non-literal sources. b. Architecture incorporates tools, processes, and infrastructure to provide for a collaborative environment, multi-source exploitation, multi-INT exploitation, business process re-engineering, and development of a Common Operational Picture (COP) supporting TTPU constructs. c. Architecture design minimizes interface complexity and enables enhancements, with minimal difficulty, across interfaces with mission partners, collaborates, suppliers, contractors, customers and IC entities. d. Architecture enables the realization of multi-TNT tasking, exploitation, collaboration and information sharing. 0103/03 (A neztdmert 1) '' actor 1.1.3 The extent to which the proposed Enterprise Architecture-provides effective data quality of geospatial intelligence and corporate data, information and products. Standards a. Architecture demonstrates an effective data integrity management approach, to include use of authorative data sources, accuracy, completeness, and timeliness. Architecture provides dynamic update of data bases and web sites. c. Architecture provides a dynamic data model for easy capture and attribution of complex data, facilitating the shift from Geospatial production to Geospatial data maintance. d. Architecture enables continued enhancement to the fidelity, resolution and accuracy of NIMA data holdings and supports multiple mission utilization and product tailoring, as information is maintained over time. Factor 1.1.4 The extent to which the proposed Enterprise Architecture establishes efficient approaches that address multiple users at multiple security levels. Standards a. Architecture provides processes and technical solutions to accommodate easy storage, retrieval, and sharing of information across multiple security domains. b. Architecture protects sensitive and compartmented data. 'actor 1.1.5 The extent to which the proposed Enterprise Architecture ensures continuity of operations of mission-critical systems and leverages value-added heritage/legacy system capabilities. Standards a. Architecture eliminates single-points of failure in the data, system, and infrastructure to survive and recover from disruption of service. b. Architecture leverages value-added heritage/legacy system capabilities while eliminating redundant or outmoded features. Item 1.2 Integrated Geospatial Intelligence (GI) Analytical Environment Factor 1.2.1 The extent to which the proposed GI environment addresses the need for seamless access to data and information. Standards a. Architecture allows analysts to query and access using an intuitive interface that provides "one-stop" access to all geospatial intelligence holdings. b. Architecture provides for the virtual or physical integration of geospatial intelligence databases that eliminates unnecessary, duplicative data stores. c. Architecture enables tailored, customer and user-created views of NIMA data and information. Page 41 3103 (Amendment UNCLASSIFIED 'actor 1.2.2 The extent to which the proposed GI environment integrates imagery analyst (IA) and geospatial analyst (GA) tradecraft and functionality into a single interoperable softcopy environment. Standards a. Architecture provides analysts with a comprehensive tool set in a single workstation environment that incorporates all functionality needed to produce geospatial intelligence. b. Architecture provides for collaboration processes and capabilities allowing exchange of multi-INT information between collaborators internal and external to NIMA. c. Architecture enables softcopy functionality and capability to replace current hardcopy functionalities of search, research and negation. Factor 1.2.3 The extent to which the proposed GI environment provides effective, comprehensive and improved information and workflow management across the enterprise. Standards a. Architecture provides an integrated, improved capability to efficiently plan, monitor, and control geospatial intelligence, tasking, collection, processing, exploitation, and dissemination activities across the enterprise. Item 1.3 NSGI System Transition Plan actor 1.3.1 The extent to which the proposed NSGI System Transition Plan provides an aggressive and thorough, yet risk-aware, time-phased plan for achieving the proposed system architecture. Standards a. NSGI System Transition Plan provides a well-defined approach for the migration of data associated with heritage and legacy system migration and/or retirement. b. NSGI System Transition Plan addresses risk-reward trades that offer breakthrough technologies and processes with the potential to provide for acceleration in achieving transformation goals. c. NSGI System Transition Plan addresses a prioritized, time-phased approach for modernizing NIMA's network infrastructure, segments, systems, and projects consistent with the offeror's proposed architecture. d. NSGI System Transition Plan facilitates well-managed insertion of new technology with a balance between stability and change. e. NSGI System Transition Plan includes a detailed Implementation Plan of the proposed Block 1 capabilities. f. NSGI System Transition Plan provides a credible approach for limiting disruptions to operations while improving overall responsiveness as new capabilities, processes, and technologies are introduced. age 4? (Amendment UNCLASSIFIED -tem 1.4 Business Process Re-engineering (BPR) Factor 1.4.1 The extent to which the offeror provides an effective approach for conducting Business Process Reengineering. Standards a. The BPR approach demonstrates an approach to BPR implementation that includes a well-defined approach to analyzing current processes, identifying shortfalls, developing new processes, and implementing these changes across a diverse spectrum of internal and external users. b. The BPR approach provides capability to measure and continuously improve process performance. c. The BPR approach accounts for BPR for both Corporate and Mission environments. d. The BPR approach demonstrates an on-going process to engage stakeholders in a rapid spiral development environment, incorporate stakeholder comments and feedback, measure progress to achieve stakeholder buy-in, and champion that strategy both within and outside of NIMA to achieve buy-in and funding of the steps necessary for the transformation of NIMA. Factor 1.4.2 The extent to which Business Process Re-engineering documents logical, new business processes/rules and best commercial practices to successfully facilitate the proposed transformation of NIMA and the NSGI architecture. Standards a. The BPR approach identifies critical business processes across the enterprise. b. The BPR approach demonstrates an understanding of key processes today, identifies shortfalls within these processes, and defines how the processes will be reengineered to enable the proposed architecture. c. The BPR approach embraces commercial best practices and e-business practices. Item 1.5 Enterprise Responsiveness Factor 1.5.1 The extent to which the proposed architecture improves NSGI enterprise throughput, timelines and responsiveness. Standards a. The proposed architecture improves throughput of the end-end NSGI enterprise. b. The proposed architecture improves timelines of the end-end NSGI enterprise. c. The proposed architecture accommodates process improvements across the NSGI enterprise. d. The proposed analytical environment reduces the amount of time analysts spend on non-analytical work, such as routine interfacing and waiting for data. e. The proposed architecture facilitates continued improvements in throughput, timelines and responsiveness. UNCLASSIFIED ''actor 1.5.2 The extent to which the proposed architecture improves throughput, responsiveness and timelines of the end-end multi-INT TCPED stream. Standards a. The proposed architecture improves throughput of the end-end multi-INT TCPED stream, from sensor to exploiter to shooter. b. The proposed architecture improves timelines of the end-end TCPED stream, from sensor to exploiter to shooter. c. The proposed architecture facilitates continued improvements in throughput, timelines and responsiveness of the end-end multi-INT TCPED stream, from sensor to exploiter to shooter. Area II Management Approach The management evaluation area consists of four items: Management Approach, Partnerships, Staffing Plan, and Subcontractor Approach. Item 2.1 Management Approach Factor 2.1.1 The extent to which the proposal provides a credible approach for technical management during block/spiral definition and implementation, allowing for Government insight and defined approval gates supporting the evolutionary acquisition methodology. `,andards a. The offeror's proposal describes an effective and efficient change management (priorities, requirements, technology) process/strategy. b. The offeror's proposal provides a sound approach for the conduct and frequency of technical and program management reviews that support the evolutionary acquisition and spiral development methodology. c. The offeror's proposal provides an acceptable plan and process for streamlined contract management and execution during evolutionary development that can react quickly and efficiently to change while minimizing timelines for implementing pre-planned changes. Factor 2.1.2 The extent to which the offeror's proposal promotes efficient and effective program management of the GeoScout contract effort. Standards a. The offeror proposes an integrated approach for electronic access to business (e.g., schedules, cost data) and technical (e.g., plans, designs) documentation responsive to the Government's needs. b. The offeror proposes proven management processes consistent with industry best practices. c. The offeror's proposal describes how to measure, control and report performance against cost and schedule, to include earned value management system, in an evolutionary acquisition and spiral development environment. d. The offeror proposes a sound cost/benefit methodology that drives investment decisions based on enterprise requirements and balances cost, schedule and performance. t33/O3 (A .admen UNCLASSIFIED factor 2.1.3 The extent to which the proposal provides a sound management approach for assuming systems integration responsibility over heritage/legacy efforts. Standards a. The offeror's transition approach clearly articulates the project aspects of system integration. b. The offeror's business case realistically addresses heritage/legacy migration/retirements, the phased assumption of integration responsibilities for existing systems and new capabilities, and overall system integration strategy over the life of the contract. Item 2.2 Partnerships Factor 2.2.1 The extent to which the offeror clearly identifies how they intend to support relationships with other significant partners in the Transformation of NIMA. Standards a. The offeror's proposal outlines an approach for how the GeoScout contractor will operate to fulfill mission objectives partnering with the EE contractors. b. The offeror's proposal outlines an approach for how the GeoScout contractor will operate to fulfill mission objectives partnering with the O&S contractors. c. The offeror's proposal outlines an approach for how the GeoScout contractor will operate to fulfill mission objectives partnering with the heritage/legacy contractors. Item 2.3 Staffing Plan Factor 2.3.1 The extent to which the offeror provides an appropriate mix of qualified, highly capable subject matter experts adequate to manage, develop and implement a large-scale system integration effort over the life of the contract. Standards a. The offeror's staffing plan recruits and retains a diverse team of experienced, technologists, systems engineers and domain experts throughout the program life cycle. b. The offeror's staffing plan provides a realistic ramp up schedule to support the initial program execution. c. The offeror's proposed management plan provides a strategy to sustain a cleared, capable work force in the face of turnover, attrition, and competing contract needs. Item 2.4 Subcontract Management Factor 2.4.1 The extent to which the proposal identifies an effective process for evaluating, selecting, managing and incentivizing subcontractors. Standards a. The offeror's proposal delineates a subcontractor incentive strategy. b. The offeror's proposal describes a process to evaluate, select, manage, and allocate work to subcontractors. c. The offeror's proposal provides a management approach that fully reflects an integrated team concept (i.e. an integrated set of processes applied across all team members). Factor 3.1.1 The extent to which the offeror's Thin Line Operational System (TLOS) solution demonstrated their understanding and implementation of an all-digital, data-centric analytic environment. Standards a. The offeror's TLOS satisfied the assessment criteria for Softcopy Access to Data. b. The offeror's TLOS satisfied the assessment criteria for a Geospatial Intelligence Database(s). c. The offeror's TLOS satisfied the assessment criteria for an Integrated Analytical Environment. d. The offeror's TLOS satisfied the assessment criteria for Production-Customer Interaction. e. The offeror's TLOS satisfied the assessment criteria for a Business Plan. Factor 3.1.2 The extent to which the offeror has a proven record of success in program management of multiple concurrent, interdependent development spirals. tandards a. Offeror has demonstrated success in program management of multiple concurrent, interdependent development spirals. Factor 3.1.3 The extent to which the offeror has a proven record of success at leading subcontractors as an integrated team toward a common goal. Standards a. Offeror has demonstrated success in leading subcontractors as an integrated team. Area IV Cost Evaluating cost in this acquisition involves reviewing an offeror's proposals for cost realism. A cost basis for best value determination will then be prepared. The cost proposals shall be analyzed to determine the offeror's understanding of the solicitation requirements as well as the validity of the offeror's approach to performing the required tasks. An assessment of the Government's confidence in the offeror's ability to perform within their submitted cost proposal will be made. Cost, while being an important factor, is not the single determining factor in the selection of the successful offeror(s) for contract award. Although the cost proposals will not be scored separately, cost will be used as a factor in determining best value. Cost proposals shall be assessed to determine the Offeror's understanding of the solicitation requirements, as Jll as to assess the validity of the Offeror's approach to performing the work (i.e., the degree of the iovemment's confidence in the Offeror's ability to perform at or within the estimated cost). The Government ge 4 shall develop a Most Probable Cost (MPC} taking into account the above considerations, all proposal risk assessments, and associated costs, as a basis for assessing the realism of proposed cost and price. The MPC will include adjustments to the proposed cost and price for additional cost to the Government for the Offeror unique use of Government resources and facilities. The Government will evaluate the realism of proposed cost/price by assessing the compatibility of proposed cost/price with proposal scope and effort. For the cost to be realistic, it must reflect what it would cost the Offeror to perform the effort, if performed with reasonable economy and efficiency. The cost realism evaluation relies on the developed MPC and the associated resource, risk and error analyses that lead to that MPC. Cost realism evaluation includes a review of the overall costs in an Offeror's proposal to determine realism, reasonableness, and completeness. Area V Security Security shall be evaluated on a pass or fail scale basis and will be based on the Security Plan each offeror submits as part of their proposal. UNCLASSIFIED CONTRACTOR PERFORMANCE REPORT [ ] Re ort: From To I I Final or Interim - Period 1. Contractor Name and Address: 2. Contract Number: Task Order Number: 3. Value: $ 4. Award Date: Completion Date: 5. Type of Contract:(Check all that apply)-[ ]FP [ ]FP-EPA [ ]CPFF - Completion [ ]CPFF-Term [ ]CPIF [ ICPAF [ ]ID/IQ [ ]BOA [ ]Requirements [ ]Labor Hour [ ]T&M [ ]CR [ ]Other 6. Description of Requirement: 7. Ratings. After commenting, score, in column on the right, using 1 for unsatisfactory, 2 for marginal, 3 for satisfactory, 4 for very good, and 5 for exceptional. Quality - Comments Cost Control - Comments Timeliness - Comments Business Relations - Comments Total Score (sum of scores from each area) Mean Score (sum of scores divided by number of areas evaluated): Appendix 1 Past Performance Questionnaire Purge UNCLASSIFIED s Subcontractors and Teaming and Joint Venture Partners List major subcontractors, team, joint venture partners, by name with brief description of Work and names of key personnel. A. B. C. 9. List Key Personnel of Prime Contractor Name/Title Employment Dates Comments: Name/Title Employment Dates Comments: Name/Title Employment Dates Comments: 10. Would you select the firm again? Yes No Is/Was the contractor committed to customer satisfaction? Yes No _ I-- 11. Assessing Officers Name/Org. ID Signature: Phone/Fax Number: Date Sent to Contractor: CO's Initials: 12. Contractor's Review. Were comments, rebuttals, or additional information provided? [ ] No [ ]Yes. Please attach comments. 13. Returned by (type name): Signature Phone/Fax/Internet Address Date 14. Agency Review. Were contractor comments reviewed at a level above the Contracting Officer? [ ] No [ ]Yes. Please attach comments. Number of pages 15. Final Ratings. Re-assess the Block 7 ratings based on contractor comments and agency review. Validate or revise as appropriate. Quality Cost Control Timeliness Business Relation Mean Score (Add the ratings above and divide by the number of areas rated) 0.00 16. CO's Name Signature "hone/Fax/Internet Address Date UNCLASSIFIED .release of Information: This Contractor Performance Report may be used to support future award decisions, and will be treated as source selection information in accordance with FAR 3.104-4(k)(1)(x) and 42.1503(b). The completed report shall not be released to other than Government personnel and the contractor whose performance is being evaluated during the period the information is being used to provide source selection information. 50, UNCLASSIFIED Source Selection Information - See FAR 3.104 DRAFT APPENDIX I (Continued) CONTRACTOR PERFORMANCE REPORT INSTRUCTIONS Block 1: Contractor Name and Address. Identify the specific division being evaluated if there is more than one. Block 2: Contract number/task order number being evaluated. Block 3: Contract value, including options. Block 4: Contract award date and (anticipated) contract completion date. Block 5: Type of Contract: Check all that apply. Block 6: Provide a brief description of the work being done under the contract and identify the key performance indicators. Block 7: Indicate rating in far right column. In the comment area, provide rationale for the rating. Indicate the contract requirements that were exceeded or were not met by the contractor and by how much. Block 8: Identify major Subcontractors, and Team Partners, and their work responsibilities. List the key personnel employed during the rating period that played a major role in the performance rating. Do not list key personnel not employed long enough to affect performance. In some cases, more than one individual may have served in a key position. List persons that had an affect on the ratings. Block 9: Identify prime contractor key personnel. See Block 8 above for instructions. Block 10: Explain why you would or would not select this contractor again. ck 11: Provide information indicated. Blocks 12-13: The contractor may provide comments but must sign block 13 to indicate it has reviewed the rating. Block 14: If the contractor and Contracting Officer are unable to agree on a final rating, the contractor may seek review at a level above the Contracting Officer, as required. Provide information indicated. Block 15: Adjust the ratings assigned in block 7, if appropriate, based on any comments, rebuttals, or additional information provided by the contractor and, if necessary, by agency review. Calculate a mean score. Block 16: The Contracting Officer's signature indicates concurrence with the initial and final ratings. c' I 31i Source .A'S'S let: tit 1-k ,ter rio DRS?.