DOCUMENT
J -- Maintenance, repair and rebuilding of equipment - Attachment
- Notice Date
- 11/18/2016
- Notice Type
- Attachment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- N62649 NAVSUP Fleet Logistics Center Yokosuka PSC 473 Box 11 FPO,
- Solicitation Number
- N6264916R0294
- Response Due
- 12/9/2016
- Archive Date
- 2/28/2017
- Point of Contact
- Kurt Dronenburg 046-816-8412
- Small Business Set-Aside
- N/A
- Description
- 18 November 2016: The purpose of this update is to distribute DRAFT documents provided to attendees of the Industry Day held yesterday, allow opportunities for industry to ask questions regarding the solicitation requirements, and to request feedback from industry on the following: 1. Identify significant barriers to competition and recommend ways the government could mitigate or avoid these barriers. 2. Review the PWS and CLIN Structure and provide any questions or recommendations. 3. What impact would an 8-yr ordering period (one base year and seven option years) have on your companys strategy for this procurement? 4. Considering the schedule impact of performance at the contractors facility, how would you recommend the government define inspection and acceptance criteria that would satisfy the required turn-around-time? The following Q and A were discussed at the industry day: Q1When do you plan on releasing the RFP? A1The planned RFP release date is currently February 2017, which will provide 2 months for proposal preparation. Q2How confident is the RFP Release Date? A2Fairly confident. The actual RFP release date may vary depending on the outcome of the review and approval process. Q3Are there any major changes to the requirements from the current contract? A3The most significant change to the requirements is the CLIN structure. Q4What business opportunities exist with FRCWP beyond the H-60 requirements? A4The next aircraft maintenance contract follow-on after H-60 is for F-18. Future opportunities also exist for H-1, H-53, C-130, and V-22. Q5Is transition time included in the Base Year? A5Transition time will occur between October 2017 and April 2018. Aircraft inducted during this time will be performed under the existing contract and will be performed by the incumbent at their own facility. Inductions after April 2018 will be performed under the follow-on contract and will be performed by the awardee. Q6How long will contractors have to review documents provided at the industry day? A63 weeks, and the due date will be posted on FBO. Q7How is the current contract being worked? A7The incumbent contractor s facilities are located immediately outside Atsugi NAF. As such, the contract is performed in contractor-owned, contractor-operated facilities. Q8Is there any opportunity for the USG to provide facilities? A8Not at this time. There may be a possibility for future requirements. Q9How are you expecting offerors to account for escalation? A9Offerors would be expected to build escalation / inflation into their Firm-Fixed-Price for the contract. The government is not considering any price redeterminations. Q10How much material will the government be providing? A10The government intends to provide 100% of required material; however, we can reasonably expect that situations will arise during performance that would require the contractor to procure or manufacture some material. Such material costs would be allocable to CLIN 0004. Q11Would the USG be willing to consider awarding to a Joint Venture? A11The government would be willing to consider awarding to a Joint Venture. Q12If a Joint Venture were to submit an offer, how would the government evaluate past performance? A12Ultimately, the solicitation will decide how the government will evaluate past performance. However, at this time the government anticipates considering the past performance of the joint venture itself above the individual past performance of the parties involved. If the joint venture were to not have any past performance, then the government would consider the individual past performance of each member of the joint venture. Q13Have you considered weighing Past Performance more important than Technical? A13We have considered this, but at this time believe that the best value to the government would best be determined by weighing Technical as more important than Past Performance. Q14How many offers were received on the current contract? A14One offer was received in response to the current contract s solicitation. Q15Are there any security requirements to perform this contract? A15The contract is unclassified and there is no DD254. Q16Could you please define what a primary subcontractor is? A16A primary subcontractor would be any subcontractor that receives more than 20% of the work. Q17Are there any licensing requirements for contractor employees? A17Individuals who perform Weight and Balance tasks are certified by Type/Model/Series IAW Technical Manual, NAVAIR 01-1B-50, USN/USMC Aircraft Weight and Balance Control, dated 01 August 2015. Some support equipment requires an operators license, the government will arrange training required to obtain licenses. Q18Will the government require the contractor to provide pilots? A18No. The government will fly the aircraft to the contractor s facility and then fly it out upon completion of the work. Q19Where would ISR events occur? A19Historically, most events have occurred in Guam. ISR events may also be performed in conjunction with IMP events. However, ISR events could potentially occur anywhere. Q20When is the awardee required to have a Proprietary Information Exchange Agreement (PIEA) with the OEM? A20The awardee would need a PIEA in place prior to the first induction. The expectation is for the PIEA to be implemented during the transition period. Q21How frequently is Over and Above (CLIN 0003) required? A21Over and Above (CLIN 0003) work will be required with each induction. PLEASE NOTE THAT ALL DOCUMENTS PROVIDED ARE DRAFT DOCUMENTS AND ARE SUBJECT TO CHANGE. THE FORMAL SOLICITATION, WHEN ISSUED, IS THE ONLY DOCUMENT THAT DECLARES THE GOVERNMENTS REQUIREMENTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/Yokosuka/N6264916R0294/listing.html)
- Document(s)
- Attachment
- File Name: N6264916R0294_H-60_PWS_Industry_Day_Draft.docx (https://www.neco.navy.mil/synopsis_file/N6264916R0294_H-60_PWS_Industry_Day_Draft.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6264916R0294_H-60_PWS_Industry_Day_Draft.docx
- File Name: N6264916R0294_N62649-16-R-0294_DRAFT_RFP.docx (https://www.neco.navy.mil/synopsis_file/N6264916R0294_N62649-16-R-0294_DRAFT_RFP.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6264916R0294_N62649-16-R-0294_DRAFT_RFP.docx
- File Name: N6264916R0294_CLIN_Structure_Summary.xlsx (https://www.neco.navy.mil/synopsis_file/N6264916R0294_CLIN_Structure_Summary.xlsx)
- Link: https://www.neco.navy.mil/synopsis_file/N6264916R0294_CLIN_Structure_Summary.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6264916R0294_H-60_PWS_Industry_Day_Draft.docx (https://www.neco.navy.mil/synopsis_file/N6264916R0294_H-60_PWS_Industry_Day_Draft.docx)
- Record
- SN04332651-W 20161120/161118235041-973bc5a3f112438698163756ad2db9a6 (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 |