SPECIAL NOTICE
U -- FY24 CIMOTS/COLDS
- Notice Date
- 5/4/2023 6:45:26 AM
- Notice Type
- Special Notice
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Response Due
- 5/4/2023 1:00:00 PM
- Point of Contact
- Brittney Behr, Phone: 4073804686
- E-Mail Address
-
brittney.behr@navy.mil
(brittney.behr@navy.mil)
- Description
- SPECIAL NOTICE Contractor Instructor, Maintenance, Operation and Training Support (CIMOTS) for Cargo Offload and Discharge Systems (COLDS) General Information: Solicitation Number:���������������� N61340-23-R-0013 Solicitation Posting:����������������� 7 April 2023 � 2 June 2023 Site Visit Dates:����������������������� 18-20 April 2023 Solicitation Questions Due:������� 28 April 2023 Below are questions submitted during the virtual site visit and open questions period of the Solicitation, and the Government response(s). In the event duplicate questions were submitted, only one (1) iteration of the question will be posted. Question 1:����� The RFP states in L.3.0, ""The offeror must present proposal information in a manner that facilitates a one-to-one comparison between the information presented and this Proposal Instruction. Proposal information must be structured such that its volume/paragraph number matches the Proposal Instructions volume/paragraph number provided in section �Part B Specific Instructions� to which it is responding, although the offeror may add lower tier subparagraphs"". Part B Volume 2.1-2.2a however does not allow for an easy one-to-one comparison. Could the Government please add heading topics and a numbering scheme to the instructions for Past Performance? This would faciltate with organizing responses in the expected order. Answer 1:������� Attachment L-3, Past Performance Information Form has a ""tab"" for each past performance reference that shall be provided. Furthermore, there is a ""Instructions"" tab that provide examples of how the offeror shall provided the information, to include the ""one-to-one"" comparison, as required in the Request for Proposal. Question 2:����� The RFP states in L.3.0, ""The Offeror shall submit a Cross Reference Matrix (CRM) for the Technical Volume, similar to the example below, to help ensure that all solicitation requirements are addressed and to facilitate the evaluators� review of the Offeror�s proposal"". The instructions and evaluation criteria however for Volume 1 Technical indicate that Volume 1 consists of the Staffing Chart and Personnel Qualifications. Neither of these lend themselves to traceability to the SOW. Would the Government please clarify whether they are only expecting the Staffing Chart and Personnel Qualifications for Volume 1 Technical, or modify the instructions and evaluation criteria to specify what additional narrative is required? Answer 2: ������ The intent of the Cross Reference Matrix (CRM) is not to be evaluated. The CRM is to provide precise location to information for technical evaluation. The CRM may be used to link labor categories, hours, or any other technical proposal (non-pricing) information to a CLIN, if/when it is appropriate to ensure the Government understands the technical proposal submitted. The CRM does not replace, remove, or reduce the requirement of the Offeror to provide a narrative statement. Question 3: ���� Should the pricing for maintenance only include maintenance associated with CLIN XX24? Is there any unknown maintenance that should be captured in pricing as well? Answer 3: ������ The Government cannot anticipate unknown, unscheduled or emergency maintenance. It is the Governments' intent that all pricing related for Operation and Maintenance be captured CLIN XX24. During contract execution, it is the Governments' intent to handle any unplanned or emergency maintenance on a case by case basis and will be considered an over and above work request. Question 4: ���� What information does the Government intend to include in GFI? Answer 4: ������ Upon Offeror request, the Government will provide all MIPS documents. MIPS contains the minimum required number of maintenance hours and the associated MRCs, which detail the specific work to be completed. Additionally, technical manuals for the crane and forklift will be included. No other GFI will be provided. Question 5: ���� Does the Government have an expectation regarding how much work is required to be allocated to small businesses. Answer 5: ������ In accordance with the RFP, the offeror shall provide at least three (3) small business that the offeror plans to use during execution of the contract. Given the nature of this requirement, the Government does not anticipate establishing a minimum small business participation goal. Question 6: ���� What work does the Government anticipate the offeror to allocate to small businesses? Will the Government guarantee enough work each year for small businesses? Answer 6: ������ Examples of work the offeror may reserve for Small Businesses are stated in the RFP, Section L, Part B, para. 4.1, Small Business Participation Plan. The work stated in the RFP is not all inclusive. The Offeror may elect to include additional work for Small Businesses. The Government does not guarantee any work specifically identified for Small Businesses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e2d9ca12282945e1ac57e852d6a3ffaf/view)
- Record
- SN06671659-F 20230506/230504230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |