Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2015 FBO #4986
MODIFICATION

R -- Advance Planning Notice for Technical, Engineering, and Management Support Services

Notice Date
7/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-15-R-0030
 
Point of Contact
Sharina N. Miller, Phone: 3017377591, Frank Douglass,
 
E-Mail Address
sharina.miller@navy.mil, Frank.Douglass@navy.mil
(sharina.miller@navy.mil, Frank.Douglass@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following are the questions received and the answers provided herein. A forthcoming Amendment to the Solicitation that addresses these questions is expected to be release in the next five business days. Question 1. Please confirm that no labor categories are subject to the Service Contract Act (SCA). Answer: There are 3 SCA labor categories that we listed in the personnel qualifications. They are: RFP Labor Category Title SCA Labor Category Title SCA Code Technical Writer III Technical Writer III 30463 Administrative Assistant Administrative Assistant 01020 General Clerk I General Clerk I 01111 The forthcoming amendment to the solicitation will revise SOW paragraph 11.0 so that the applicable labor categories list their respective SCA code. Question 2. Section L-2 paragraph 2.0 provides the labor categories and Labor Hours by contract year and CLIN/SLIN. The Attachment P6 provides the names of the labor categories. Section C paragraph 11.9 provides the labor category qualifications, however the qualifications for the Logistics Analyst labor category were not provided. Please provide the qualifications required for the Logistics Analyst labor category. Answer: This answer to this question was addressed in Amendment 001 of the Solicitation, which was posted 9 July 2015. Question 3. Page 22 and 23, paragraphs 5.1, 5.2, and 5.3 state that (1) the Government will provide facilities equipped with office furniture, (2) principal tools and equipment are not furnished by the Government and (3) general-purpose business items include but are not limited to the cost for items such as telephones, telephone charges, printers, copiers and other office equipment and supplies. Page 91, paragraph 4.2(b) further defines general purpose equipment to include word processing equipment, personal computers, computer software, etc. Section B does not include a CLIN for NMCI. Page 94, Section L.2 defines the level of effort to be 844,800 hours of which 84% will be performed on government site. Is it the government's intent to provide NMCI computer equipment for contractor employees located on government site and/or at contractor facilities? If so, will the government be adding an NMCI CLIN to the solicitation? If not, it is important to note that this will be a significant expense for the contractor and as such we would ask that the government reconsider adding an NMCI CLIN. Answer: Effective 01 October 2015, the Government will provide all NMCI services; to include IT related hardware, software, and support, necessary for the performance of this contract/order. Coordination of these services is to be conducted through the COR. The forthcoming amendment to the solicitation will include SOW paragraph 9.6 to contain this language. Language was also added in Section H to the Government Property clause to address this. Question 4. Page 50 identifies that 84% of the LOE will be performed on various government sites and 16% of the LOE will be performed at contractor facilities. Page 94, Section L.2 identifies hours by labor category by funding type. The government did not provide government site and contractor site hours by labor category. How does the government suggest the contractor propose labor category hours to arrive at the 84% / 16% ratio? Answer: The space to be provided at the government site is listed out in Section 5.1 of the solicitation. These percentages are meant to be a guideline based on historical estimates and are not mandatory. The contractor can propose the on-site/off-site mix they feel is best to perform the work. Question 5. Section L-1, Part A 3.0 Proposal Content and Volumes indicates a 15 page limit for the Past Performance Volume 3. Section L-1, Part A 2.0 requires the offeror to structure their response such that its para number/letter is identical to the Proposal Instruction and provide reasons for not providing information for a specific paragraph. The Proposal Instructions for Volume 3 Past Performance in Section L-1, Part B, 3.1 requires up to 8 Past Performance summaries with a substantial amount of information required including a performance description, relevancy discussion, problems encountered and systemic improvements. Would the Govt please consider increasing the page limit for Volume 3 to 25 pages to facilitate ease of review, to allow sufficient detail to be provided to adequately address the Past Performance Summary requirements, and to address Section L-1, Part B, Paras 3.1 through 3.5? Answer : Section L-1, Part A 3.0 Proposal Content and Volumes has been revised to increase Volume 3 (Past Performance) to 20 pages. The forthcoming amendment to the solicitation will revise this section to include the increase in the page limit. Question 6. In Section L-1, Part A, Paragraph 2.0 Proposal Format requires the offeror to provide one complete copy of the written proposal as electronic files on a CD-ROM. The Table in Paragraph 3.0 Proposal Content specifies the additional copies required for each volume. Does the electronic copy provided on the CD-ROM count as one of the required copies listed or is the CD-ROM copy in addition to the copies required in the table? Answer: The CD-ROM does not count as one of the required copies. Question 7. Section C, 11.8 defines 'engineering or engineering discipline to include only the disciplines of aerospace, civil, computer, electrical, electronics, industrial, materials, mechanical, or nuclear engineering. Would the Government consider adding Systems Engineering to the definition? Answer: No. The definition of engineering or engineering discipline needs to remain as it is described in the solicitation. Question 8. Section C, 11.6 defines Key Labor Categories to include Logistics Analyst, Sr. Section L, Part B, L-2, 2.1 defines the Level of Effort in the base year with no hours allocated to the Logistics Analyst, Sr. Request the Government consider removal of the key resume requirement for positions not bid during the base year as candidates bid will be difficult to ensure availability beginning in 2017. Answer : The Government will be removing the key resume requirement for this position in the Base Year, however, it will be evaluated either in year 2 or when a task order is issued and this labor category is proposed. The forthcoming amendment to the solicitation will revise SOW paragraph 11.6 reflect the removal of this requirement for the Logistics Analyst, Sr. labor category for the Base year. Question 9. In the RFP, Section C, Paragraph 1.0 states that ".. Code 4.11.7, provides the Fleet with the ability to positively identify and track cooperative and non-cooperative targets in both combat and air traffic control environments. This seems to be work performed by NAWCAD 4.11.2, versus the air traffic control and landing systems work performed by 4.11.7. Please clarify the Government's intent. Answer: The Government's intent is clearly stated in the SOW and the specifics are addressed in the requirements section of the SOW. Question 10. In the RFP, Section L, Paragraph 2.1.1.1.1 states that the proposal should only address PBSOW paragraphs 3.1, 3.3, 3.6 and 3.9. Under Section L, Paragraph 3.1, the paragraph states that the Past Performance should demonstrate relevancy. Should relevancy address all PBSOW paragraphs, or only 3.1, 3.3, 3.6 and 3.9? Answer : Past Performance should address all PBSOW paragraphs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0030/listing.html)
 
Place of Performance
Address: The principal places of performance for the services identified within this contract are Patuxent River, MD; Webster Field Annex, St. Inigoes, MD; NAVAIR Headquarters, Patuxent River, MD; contractor facilities; and Jacksonville, Florida., United States
 
Record
SN03801770-W 20150719/150717235502-ef607ce3587ab316b348044b63c2f070 (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.