May 19, 2016 Diane Black Contracting Officer Building 705 Washington Blvd. Fort Eustis, Virginia 23604-5538 Subject: Draft RFP Training Support Systems Enterprise (TSS-E) Mission Support Services for the U.S. Army Training Support Command Dear Ms. Black, The Coalition for Government Procurement (“The Coalition”) appreciates the opportunity to respond to the Draft RFP TSS-E Mission Support Services for the U.S. Army Training Support Command. The Coalition is a non-profit association of firms selling commercial services and products to the Federal Government. Our members collectively account for a significant percentage of the sales generated through IT GWACs and other enterprise-wide contract vehicles. Coalition members are responsible for many of the commercial item solutions purchased annually by the Federal Government. Members include small, medium and large business concerns. The Coalition is proud to have worked with Government officials for more than 35 years towards the mutual goal of common sense acquisition. According to the Draft RFP, the TSS-E contract will be a multiple-award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract that provides a system of networked, integrated, and interoperable training support capabilities for five core task areas. These support capabilities will aid active duty, reserve, and National Guard soldiers, units, commands, and installations world-wide. Section M.1.1. notes that the source selection will utilize the lowest price technically acceptable (LPTA) process. Given the complex nature of the training support services asked for under the TSS-E contract, a LPTA source selection raises significant concerns. LPTA will reduce access to best in class training support services, limit access to innovation and increase performance risk. Rather than affording the Army the opportunity to make a rational decision between training expertise, technology and price, and vendors the opportunity to maximize value in the solutions they propose, an LPTA approach will incent both sides to focus exclusively on pricing, which risks impeding access to best in class training support services and innovation and threatens the ability of the Army’s industry partners to recruit and retain the appropriate expertise to support Army “Readiness” objectives. In addition, this evaluation approach will limit the ability to conduct effective, best value tradeoff competition at the task order level because contractors at the TSS-E contract level will have been selected based on low price. The Coalition is also concerned that the source selection and evaluation criteria outlined in the draft RFP are inconsistent with recent Department of Defense (DoD) policy regarding LPTA. The DoD Source Selection Procedures published on March 31, 2016 note that LPTA is not the only source selection [process] available on the best value continuum,” and should be used only in certain circumstances. Used inappropriately, DoD can “miss an opportunity to secure an innovative, cost-effective solution to meet Warfighter needs.” The procedures stress that LPTA is appropriate only when the following factors are met: 1. There are well-defined requirements, 2. The risk of unsuccessful contract performance is minimal 3. There is neither value, need, nor willingness to pay for higher performance. In addition, implementing guidance for Better Buying Power 2.0 addresses the appropriate use of LPTA, providing that that LPTA should only be used if the contracting officer can “clearly describe the minimum requirements that will be used to determine the acceptability of the proposal.” Further, the guidance stipulates that LPTA is appropriate only when the DoD “would not realize any value from a proposal exceeding its minimum technical or performance requirements.” The memorandum goes on to state that, “when standards of performance and quality are subjective, another approach should be used. Professional services are often in this latter category.” The complex TSS-E mission support services sought do not meet the criteria at the IDIQ level as outlined in the Source Selection Procedures nor the implementing guidance for Better Buying Power 2.0. The draft RFP lacks well-defined requirements in many areas, carries significant risks associated with unsuccessful performance, and ignores the immense value that higher performance will inevitably have on the Army’s level of Readiness over the next five years. The draft RFP lacks well defined requirements. The nature of the complex TSS-E mission support services to be provided requires a level of flexibility at the contract level. Many of the specific requirements will need to be defined at the task order level and in response to emerging technologies in the future, which is reflected throughout the Draft RFP. For example, clause 1.3 of the Draft RFP states, “Any additional performance requirements, standards, and assessment measures will be detailed in each individual task order PSW.” (Emphasis Added) Further, pursuant to clause 5.38.1, “The contractor shall provide recommendations to modernize virtual and live simulations for individual and small unit processes and products as identified in the individual task orders.” (Emphasis Added) Moreover, the draft RFP uses the phrase “emerging” approximately 15 times regarding opportunities for support and services for developing technologies and requirements as they arise. By definition, the necessity to support such unknown opportunities is undefined. Significant risks associated with unsuccessful performance. The Draft RFP addresses a broad scope of complex services that will provide training and professional leader development and prepare the Army to address global challenges. These services include vital mission and program support efforts for the U.S. Army Training Support System throughout the world. Given the sophisticated and diverse nature of work to be performed on such a large scale, the overall risk of unsuccessful performance cannot be overestimated. The Chief of Staff of the Army has made Readiness the #1 priority, with increasing quality home-station training and realistic training for National Guard Soldiers at combat training centers (CTCs) as two of the top three focuses of this initiative. The level of training services available to support the Army’s transition to an Army of Preparation is critical to achieving this objective. The value, need, and willingness to pay for higher performance. In a rapidly evolving global climate, defined by emerging threats and changing demands, higher performance for training support services has incredible value as it is directly linked to the Army’s goal of Readiness. Given the complexity of the services required by the draft RFP, as well as this new global environment, the MICC needs a level of flexibility not offered by an LPTA approach which discourages innovation and best value training services for the Army. The Coalition recommends that the MICC identify appropriate and transparent best value evaluation criteria to incentivize contractors to provide cutting edge, innovative solutions for the five task areas outlined in the draft RFP. The Coalition invites the MICC to meet with our GWAC, MAC, and Enterprise Committee to discuss the acquisition strategy. Members of the Coalition are ready to work with MICC to identify appropriate, transparent best value evaluation criteria. We look forward to your response. Thank you for the opportunity to comment and if you have any questions, please contact me at 202331-0975. Sincerely, Roger Waldron President
© Copyright 2026 Paperzz