Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SPECIAL NOTICE

R -- A-10 Prime Contract

Notice Date
11/1/2007
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056, UNITED STATES
 
ZIP Code
84056
 
Point of Contact
Michael Verbitski, Contracting Officer, Phone 801-586-3209, Fax 801-777-5777, - Michael Verbitski, Contracting Officer, Phone 801-586-3209, Fax 801-777-5777
 
E-Mail Address
michael.verbitski@hill.af.mil, michael.verbitski@hill.af.mil
 
Description
1 Nov 07 Government Responses to Industry Comments re: October 2007 RFI General Response The Government appreciates industry comments to clarify or improve the Performance Work Statement (PWS) requirements for the forthcoming A-10 Prime Follow-On competition. Recommended word, sentence, and paragraph change suggestions to the PWS will be incorporated in the next update if determined prudent by the Government. Concerning future activity, the Government will release a draft request for proposal (RFP) as part of its ongoing market research. The draft RFP should be released by 2 November. An A-10 Prime Follow-on Industry Days will be held at Hill AFB on 28-29 November. Individual one-on-one meetings will also be scheduled upon request during that time. Specific location, times and RSVP requirements will be released at a later date. Finally, there were several questions posed to the Government in the Oct RFI responses from industry. The following are short answers to those questions. 1. Section 2.2.3 ? states ?provide testing capability in artificial and real-time environments.? Is this intended to mean the contractor will have an A-10 flight simulator and ground maintenance trainers? GOVT: The reference to a ?real-time? testing environment has been deleted from the PWS. 2. Section 2.2.3.1 ? states that the contractor ?be capable of supporting flight test requirements.? Is this intended to mean the contractor will have A-10 qualified flight test pilots on staff? GOVT: No, the contractor will not be required to have A-10 flight test pilots on staff. The contractor?s role in flight test support usually includes flight test planning and data analysis. 3. Sections 2.2.3.2 and 2.2.3.3 ? Does the AF have an A-10 avionics/software integration facility that would be available for contractor use as GFE to support these activities? Does the incumbent have these facilities? GOVT: It is not likely that the current avionics/software integration facility will be available for contract use as it is partially owned by the incumbent and is currently supports ongoing avionics/software development, maintenance and test efforts. The Government will provide a listing of GFE that is in use by the incumbent and will indicate any duplicate GFE which might be available to another contractor. 4. The PWS does not clearly state if it is intended for the contractor team to sit on base at OO-ALC or if they expect them to have their own facility. If it is a contractor facility does it make any difference where they are located? Please state where work is to be performed. GOVT: No, it is not necessary that the contractor be physically located at OO-ALC. However, work could be performed at multiple locations, dependent on the nature of the tasking, i.e., development efforts at development facilities, sustainment work performed at OO-ALC or corporate facilities, technical support activities at various field locations, etc. 5. There is a large Appendix D with the A-10 WBS but the PWS that does not reference the WBS be used. It is only implied by its presence. Will the IMP and IMS CDRLs call for the project to be organized using the A-10 WBS? GOVT: Yes, the A-10 WBS in Appendix D, as well as Appendices E & F, will be used for task/delivery orders that produce identifiable work products, whether they are hardware, software, data, facilities, or related services. The PWS will be updated to reflect the use of these documents when required by discrete orders. 6. Please provide a section on Government Furnished Property (GFP) to include GFE & GFM. Please include a section on Contractor Furnished Property (CFP) that is required on behalf of the contractor to provide as part of the contract. GOVT: The Government will provide a listing of available GFE/GFP/GFM in the data library. CFP is dependent on the solution proposed by a contractor, which should consider their (or their team?s) capability in addition to the availability of GFP for a particular project. Individual task/delivery orders will address these requirements. 7. Recommend that the PWS include a section on ?transition period? and the required timeline that would be associated with the contract developing the transition plans. GOVT: It is understood that a contractor may need a transition period after award of this contract to stand up a core body of personnel and resources to prepare for and support efforts which will be placed on this contract. This process should be reviewed and understood by the Government. Transition of workload is not anticipated at this time; however any transition, if necessary, will be considered for discrete orders placed on this contract. Additional recommendations are welcome and this topic can be discussed further during Industry Day, if desired. 8. Recommend that the PWS include a section on ?Meetings? that includes all of the known planned meetings which will be required throughout the life of the contract. GOVT: Program Management Reviews are identified in para 2.2.4.2 of the PWS. Additional programmatic and technical reviews will be identified in individual task/delivery orders. Additional meetings determined beneficial may also be recommended. 9. Please provide a public list of contractors interested in partnering/team arrangements. GOVT: The A-10 Program Office does not maintain nor distribute lists of contractors. However, the Government will be conducting an Industry Day at the end of November to discuss the Prime follow-on effort. That venue may provide opportunities for those interested in partnering/teaming arrangements. 10. The terms ?may? and ?may be? are used throughout the PWS. Specific guidance regarding how the USAF would like the contractor to interpret and estimate items where these terms are used is required. GOVT: Because this PWS is a broad scoping document, the terms ?may? and ?may be? are used to define the potential of having to perform a task or delivery effort. In contrast words like ?will? and ?shall? articulate an expected requirement. Specific work will be defined in individual task/delivery orders. 11. There are cases in the PWS where ?will? is used relative to contractor action or responsibility. It is our plan to interpret these as ?shall?. GOVT; We concur with your interpretation. 12. Will contract clause ?9952.774-H774, Exclusive Subcontract Arrangements (Apr 05),? be used on this contract? GOVT: It is the Government?s intention to use this clause in the RFP. 13. Section 2.2.1.1. Contractor recommends the Government insert SEMP for SEP throughout the PWS. GOVT: A recent USD (AT&L) memorandum established systems engineering policy and mandated a Systems Engineering Plan (SEP) for all programs. The use of the term SEMP is no longer used among DOD activities. However, a new CDRL for the SEP has not as of yet been developed. We will provide further guidance as it becomes available. (See DOD Systems Engineering Preparation Guide, v2, October 2007) 14. Section 2.2.4.9. Contractor recommends the Government delete ?A/OA-10 Aircraft Security Classification Guide, 31 March 2006? or current version. GOVT: The current Security Classification Guide (SCG) is in force at this time. A revised SCG is expected to be released later this year. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-DEC-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8202-08-D-A10/listing.html)
 
Record
SN01468149-F 20071213/071211225210 (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.