Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2012 FBO #3780
MODIFICATION

K -- AMCOM Logistics Support Facility Management Activity (LSFMA)

Notice Date
3/29/2012
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ11R0231
 
Archive Date
3/29/2013
 
Point of Contact
LISA STARBUCK, 256-842-3009
 
E-Mail Address
ACC-RSA - (Aviation)
(lisa.starbuck@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Modification of previous notice to the draft RFP is to correct the answer previously posted to Question 28 and to answer additional questions. Questions 1 through 33 have previously been answered. 28. In the most recent amendment to the draft RFP, the Government states that the AS 9110 and AS 9100 certifications required under FAR 52.246-11 must be met by the prime contractor. Since we intend to submit our proposal as a Joint Venture, will the Government allow the ISO 9001, AS 9100 and AS 9110 certifications that are held by the individual owners of a Joint Venture to be attributed to the Joint Venture as the Prime Contractor for purposes of satisfying Subfactor A-Corporate Capability, (a) Corporate Certifications and FAR 2-246-11? Answer: Offerors should ensure their approach complies with the "Limitation on Subcontracting clause 52.219-14". This procurement is a total small business set-aside, joint ventures contemplating the submission of a proposal in response to this request for proposal should be mindful of 13 CFR 121.103(h)(3). Paragraph H-15. Is there a need to establish a heavy metals baseline for each employee and continued exposure testing program? Answer: This narrative has been deleted in the formal RFP. 35. Paragraph H-18 of RFP states: "H-18 WAIVER OF ALLOWABLE COSTS. Notwithstanding any other provisions of this contract, for each of the contractor's accounting periods during the life of this contract, the parties agree that the Government shall not be billed or obligated to pay any of the following costs: (To be completed for offeror for any normally allowable cost, such as shift premiums, material handling, or facilities capital cost of money)." Question: The term "such as" is used in the above reference. Is the Government requiring contractors to waive shift premiums, material handling, and facilities capital cost of money? Is this an opportunity to waive otherwise FAR based allowable costs or a mandate by this RFP? Answer: This narrative has been deleted in the formal RFP. 36.Paragraph L-25. Will the Government add the clause for New Mexico Services tax (FAR 52.229-10) to the solicitation? Answer: No. 37.Paragraph L-31 Item 3a(1) file Packaging - The Government is requesting in paragraph L-31 2(c) digital copies for each volume, apparently as separate disks. Paragraph L-31 Item 3a(1) says to zip all of the proposal files into one file entitled proposal zip. Does the Government require separate disks for each proposal volume or multiple disks that contain all proposal volumes zipped? Answer: Paragraph L-29, 1) File Packaging has been revised in the formal RFP. Each volume of the proposal shall be submitted on a separate DVD-R. Offerors are instructed to submit their proposal in accordance with the instructions found in this section. 38. Paragraph L31 item 3c)(1) Contract Rate Pricing - In the establishing of contract rate pricing tables of firm fixed price and cost plus fixed fee rates; can an offeror submit rates for subcontractors for the same labor category as a separate line item or should the rates of the prime contractor and subcontractors be blended based on the estimated hours provided with the tables? Answer: The Government's intention is to have FFP and CPFF rate tables that are inclusive of subcontractors proposed as team members by the prime contractor. (Note: This includes all subcontractors who will be providing critical hardware/services or whose subcontract is for more than 10% of the total proposed price.) See section L-29 of the RFP for further instructions regarding the Contract Rate Pricing. See also answer to Question #33. 39.If the rates are to be binding for fixed price task orders, it is recommended that a contractor offeror be allowed to separate the fixed price hourly rate for the prime offeror and each individual subcontractor. Is this approach acceptable to the Government? Answer: See answer to question 38. 40.Will the Government provide an estimated number of labor hours by labor category to be used to form the offerors' basis for the rate pricing tables along with the estimate location of the support and provide a plug number for materials / ODC's based on historical orders? Answer: See exhibit D in the formal RFP. Hourly rates should not be dependent upon the location of the support. 41.Will the contractor be allowed to adjust its proposed hourly fixed labor rate for the firm fixed price rate table if a location not previously quoted in this solicitation is ordered or requested in an individual task order? Answer: See answer to question 40. 42.Will the Government provide historical labor hour order information under the current incumbent's contract to aid the offeror in determining number of estimated labor hours by location that have been / or are likely to be ordered in the future? Answer: This contract is not a level of effort type contract. Hours will not be ordered. There is no distinction of effort by location for this LSFMA requirement. 43.Paragraph L31 item 3c)(1) Contract Rate Pricing - Background: Since there is no way for the Government to ascertain each specific future LSF task order requirements, an assumption is made that an IDIQ Multiple Award Contract (MAC) prime contractor (post IDIQ award) will be allowed to propose/add any subcontractors (subs, material vendors, service providers, consultants, other non-prime offeror support/materials) on a task order by task order basis to meet emerging Government warfighter requirements. At the point of Task Order Government Evaluation, the Government will evaluate subcontractor/materials proposal reasonableness. Question: Does the Government concur that subcontractors/material providers can be added/proposed by an LSF MAC Prime on a task order by task order basis in order to tailor task order teams that meet unique LSF requirements? Answer: Each successful offeror under the multiple-award IDIQ contract will submit proposals tailored to specific delivery order requirements and will be evaluated. See answer to question #38 regarding subcontractor pricing. 44.Section L, Volume I - Technical, Subfactor A - Corporate Capability, Page 67 (c)(vii) The minimum tool/equipment requirements identifies an "Aviation Tool Set" as part of requirement to support the LSFMA. Question: Will the National Stock Number (NSN) for this Tool Set be provided as Government Furnished Equipment? Answer: See Attachment 0015 of the RFP. Commercial equivalents are authorized where available. 45. As long as the prime contractor fulfills the 60 mile radius facility requirements for the solicitation, would there be any performance limitations for team members or subcontractors on task orders that they must be performed within the 60 mile radius? Answer: The final RFP will reflect that the prime contractor's facility must be within 60 miles of Redstone Arsenal. The requirements in Section L&M are applicable to the prime contractor. Subcontractor opportunities are not restricted by the 60 mile requirement. 46. Question: In the initial sources sought solicitation the requirement for ISO certifications and FAA Part 145 certification pose a question as to when the actual certifications need to be in full force. The GAO, in their ruling on April 1, 2011, File B-404666, states that the certifications are due at the time of performance. Will AMCOM adhere to this ruling? Answer: Upon the conversion of the RFP from draft to final, the certifications will be required by the effective date of the award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/87b8332da254d1fdf5a33fc6817ea8f3)
 
Record
SN02708606-W 20120331/120329234807-87b8332da254d1fdf5a33fc6817ea8f3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.