Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

99 -- RFP - 711TH HUMAN PERFORMANCE WING RESEARCH ALTITUDE CHAMBERS

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
647 AESS/PK2145 Monahan Way, Bldg 28 Wright-Patterson AFB OH
 
ZIP Code
00000
 
Solicitation Number
FA8626-09-R-2101
 
Response Due
9/28/2009
 
Archive Date
4/30/2010
 
Point of Contact
Marilyn Forcum, 937-255-5645
 
E-Mail Address
marilyn.forcum@wpafb.af.mil;thomas.rickey@wpafb.af.mil
(marilyn.forcum@wpafb.af.mil;thomas.rickey@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
17 SEPTEMBER 09: CLARIFICATIONS TO RFP FA8626-09-R-2101 through AMENDMENT 0005 SUMMARY OF CLARIFICATIONS: 1. The purpose of this action is to provide clarifications to industry questions. THERE ARE NO CHANGES HEREIN TO THE RFP. VENDORS ARE TO CONFORM TO THE LANGUAGE OF THE RFP DOCUMENTS AS LISTED HEREIN: RFP Cover LetterRFP Cover Letter Encl 1 FA8626-09-R-2101, as amended through 0005Model Contract, as amended through 0005Exhibit A CDRLS, 24 Apr 09 (NSP), 51 pgExhibit B CDRLS, 24 Apr 09 (Separately Priced), 8 pgExhibit C CDRLS, 24 Apr 09 (NSP), 7 pgAttachment 1 SOO, 22 Apr 09, 15 pgAttachment 2 SRD Rev 2, 11 Aug 09, 51 pgAttachment 3 MILCON Coordination Requirements, 2 Jul 09, 11 pgAttachment 4 100% Facility Drawings - LEGIBLE, 2 Jul 09, 32 pgAttachment 5 GeoTech Report (Soil Site Survey), 6 Jun 08, 213 pgAttachment 6 Section L Instructions to Offerors for Proposal Preparation - Rev 1, 11 Sep 09, 46 pgAttachment 7 Section M Evaluation Criteria, 2 Jun 09, 13 pagesRFP Cover Letter Encl 2 (Table 15-2) 2. The following clarifications are provided in question-and-answer format: Question 1: Please provide some additional clarification for the requirement of an Associate Contractor Agreement (ACA) (see Section I full-text clause 5352.217-9010) with Archer Western/Butt Construction. Can Archer Western be hired as a sub-contractor and will an ACA still be required? Answer 1: The vendor can choose any company (or themselves) to do the work associated with design and construction of facility integration and/or modification work. Part of that work requires coordination with the existing MILCON contractor (Archer Western/Butt Construction Joint Venture) through an Associate Contractor Agreement since they will still be building the facility during at least part of the vendor's design, and possibly construction, activities. Having this ACA in place does not mean the MILCON contractor will do actual design and construction work, though they can if both parties agree to it and there are no other factors prohibiting it. If it is the business decision of the prime contractor to use the MILCON contractor as a sub-contractor, an ACA will still be needed within the proposal for the period of facility construction prior to acceptance of the facility by the Government; the prime will also list intended subcontractors in the proposal. For purpos! es of further clarification, pertinent portions of the RFP and amendments thereto are partially repeated below for emphasis (note that there are NO CHANGES to the following wording of the RFP documents: A. Section I, Clause 5352.217-9010 ASSOCIATE CONTRACTOR AGREEMENTS (ACAS) (AFMC) (OCT 2008)(TAILORED) states: "The Contractor shall enter into Associate Contractor Agreements (ACA) for any portion of the contract requiring joint participation in the accomplishment of the Government's requirement. The agreements shall include the basis for sharing information, data, technical knowledge, expertise, and/or resources essential to the integration of the 711 HPW Research Altitude Chambers. which shall ensure the greatest degree of cooperation for the development of the program to meet the terms of the contract." B. FA8626-09-R-2101-0001_ATCH_3_MILCON_Coordination_Rqmts_2_Jul_09: --paragraph 1.1.1.1.3 states: "Any facility related work designed or installed by the Chamber Contractor shall not void existing facility systems' warranties. To ensure this, it is the Chamber Contractor's responsibility to coordinate this requirement with the MILCON contractor via the Associate Contractor Agreements (ACA) agreement." C. FA8626-09-R-2101-0001_ATCH_3_MILCON_Coordination_Rqmts_2_Jul_09: --paragraph 1.1.1.1.5 states: ".The facility will be occupied and operational in May 2011." D. Section L paragraph 8.3.4.2 states: "The offeror shall define in their proposal, details of the working relationship they plan to establish with the MILCON Contractor under this ACA." E. Amendment 3, clarification # 11 states: ".Archer Western/Butt Construction Joint Venture has NO responsibility toward the RAC contractor other than that negotiated in the ACA." ".the MILCON facility.will still be under construction at contract award." Question 2: Is it the Government's intention that the offeror include the costs associated with the data requirements listed in CLIN 0002 in CLIN's 0001, 0004, 0005, 0006 & 0007? Would the Government please provide clarification as to the differences in the data required under Data Item A038 from that required in Data Item B001? SOO paragraph 2.c states "transfer ownership of a fully man-rated RAC System to the 711 HPW with the capabilities, training, documentation, and data rights necessary for the government to effectively operate, maintain the system and perform future modifications and upgrades". Does SOO paragraph 2.c require delivery of documentation in support of "future modifications and upgrades" other than that which is specified in Data items A038 and B001? Answer 2: Exhibit A Data Requirements for CDRL A038 are those required in Contract Line Item Number (CLIN) 0002 - "Data - Not Separately Priced (NSP)" which supports CLINs 0001 (RAC), 0004 (ICS), 0005 (CLS Option, if exercised), 0006 (CLS Option, if exercised) and 0007 (CLS TRANSITION TRAINING, if exercised). Costs associated with these Exhibit A Data Requirements shall be incorporated into the price of the supported CLINs. This data (CDRL A038) is part of what is needed by the government to allow organic or third party system modifications and upgrades. The vendor is to determine what level of data and data rights the government needs to perform this work and provide this material under CDRL A038 with the following clarification. CDRL A038 includes any additional data needed to perform modifications/upgrades that the government will have already paid for under the course of procuring the RAC (i.e. structural analyses) but has not asked for specifically under other CDRL's for this! CLIN such as A009 Interface Control Drawing, several software CDRL's, A032 Product Drawings/Models and Associated Lists, and others. Exhibit B Data Requirements are those required in CLIN 0003 "Data - Separately Priced (Option)" which supports future system modifications and upgrades. The offeror shall provide a separate firm fixed price for these Exhibit B Data Requirements. This is data (CDRL B001) that is needed for system modifications and upgrades that would not be available under CLIN 0002. This could be for data that the government has no rights to and will need to purchase, specialized software licenses, data required that needs to be specially developed to allow modifications and upgrades beyond that needed to design or analyze the basic system, data generated by tests solely for the purposes of providing a modification and upgrades capability package, etc. Section L, paragraph 4.2.6.5 and Section M, Sub-factor 4 System Supportability, paragraph 5, both give further insight into what the government feels is a complete modification and upgrades capability package and how the data from CDRL's i! n CLIN's 0002 and 0003 will together constitute a complete package. Exhibit C Data Requirements are those required in CLIN 0009 "Data for CLIN 0008 - NSP" that supports facility modifications in CLIN 0008. Costs associated with these Exhibit C Data Requirements (CDRL C001) shall be incorporated into the price of the supported CLIN. Question 3: Section L, paragraph 5.0 asks for Red Lined North ATA facility drawings. Contractor would like to submit own drawings showing the preliminary layout of the entire RAC installation and the layouts of the modifications. Answer 3: Per Section L, Table 2.2 and paragraph 5.0, 10 paper copies of the Facility Integration Plan, to include red-lined drawings, must be submitted with proposals. It is further stated that "The proposed system layout and facility modifications shall be indicated by red-lining the North ATA Facility drawings (Attachment 4) in sufficient detail to allow the Government to assess.." In addition, per Section L, paragraph 2.3 "The offerors shall submit two (2) electronic copies of their entire proposal each on a separate compact disk (CD). The content and page size of electronic copies must be identical to the hard copies.The offeror shall submit Volumes I through VII in electronic format, using recordable CDs." The vendors are required to submit paper and electronic copies of the proposals using the supplied CE MILCON drawings. 3. THIS ACTION DOES NOT AMEND THE RFP IN ANY WAY. THE PROPOSAL SUBMISSION DATE IS REMAINS UNCHANGED AT 4:00 P.M. EDT, MONDAY, 28 SEPTEMBER 2009. 4. POCs: Contracting Officer Thomas S. Rickey, 937-255-5585, thomas.rickey@wpafb.af.mil and Contract Negotiator Marilyn K. Forcum, 937-255-5645, marilyn.forcum@wpafb.af.mil 5. The above clarifications are being provided electronically via the Federal Business Opportunities (FBO) website at www.fedbizopps.gov/ and the Pre-Award Information Exchange (PIXS) website at https://www.pixs.wpafb.af.mil. 6. Please contact the POC, Ms. Marilyn Forcum, at the e-mail address or number above if there are any questions. END OF CLARIFICATIONS TO RFP FA8626-09-R-2101 (as amended heretofore) RFP AMENDMENT # FA8626-09-R-2101-0005 dated 11 SEP 09 SUMMARY OF RFP AMENDMENT 0005: 1. The purpose of this Request for Proposal (RFP) Amendment # FA8626-09-R-2101-0005 is as follows: A. Update the following full text clause 5352.209-9003 POTENTIAL ORGANIZATIONAL CONFLICT OF INTEREST (AFMC) (JUL 1997) by replacing Section J: Attachment 6 "SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS" dated 2 Jun 09, with Section J: Attachment 6 "SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS, REVISION 1" dated 11 Sep 09. The single change appears in RED in Paragraph L-11 on page 3 of 46. B. Be advised that any deletions of clauses due to obsolescence or additions of clauses due to official replacement or in accordance with new legislation and/or regulation/policy between the RFP release date and the actual contract award date is an ongoing process: FAR Clause 52.222-54 - "EMPLOYMENT ELIGIBILITY VERIFICATION" will be included in the contract award document. The clause can be found at, but is not yet available in the contract writing software and, therefore, is not incorporated herein at this time. C. Obsolete clauses in Sections I & K have been replaced with current versions. (see attached Amendment 0005 document) 2. THE PROPOSAL SUBMISSION DATE IS REMAINS UNCHANGED AT 4:00 P.M. EDT, MONDAY, 28 SEPTEMBER 2009. 3. POCs: Contracting Officer Thomas S. Rickey, 937-255-5585, thomas.rickey@wpafb.af.mil and Contract Negotiator Marilyn K. Forcum, 937-255-5645, marilyn.forcum@wpafb.af.mil 4. The RFP Amendment 0005 is being provided electronically via the Federal Business Opportunities (FBO) website at www.fedbizopps.gov/ and the Pre-Award Information Exchange (PIXS) website at https://www.pixs.wpafb.af.mil. An electronic bidders' library has been established and can be linked via the websites previously referenced. 5. Please contact the POC, Ms. Marilyn Forcum, at the e-mail address or number above if there is a problem locating any of the attached files. END OF RFP AMENDMENT 0005 SUMMARY RFP AMENDMENT # FA8626-09-R-2101-0004 dated 31 Aug 09 SUMMARY OF RFP AMENDMENT 0004: 1. The purpose of this Request for Proposal (RFP) Amendment # FA8626-09-R-2101-0004 (copy attached) is as follows: (A) to clarify information for all potential offerors in response to questions from industry; and (B) to extend the proposal submission date from 4:00 p.m., Thursday, 10 Sep 09 to 4:00 P.M. EDT, MONDAY, 28 SEP 09. (A) Industry Question 1: RFP Attachment 3 MILCON Coordination Requirements document dated 2 Jul 09, paragraph 1.1.1.1.6, states that the "Facility occupied and operating standard hours are 7.00am-5.00pm Monday through Friday". Will the RAC contractor have access to the MILCON facility outside of the standard operating hours, such as night hours, to accommodate installation activities that may disrupt operations in other building areas? (B) Government Clarification 1: The Beneficial Occupancy Date (BOD) of the MILCON Facility is currently scheduled for May 2011; at that time "ownership" of the building transfers from the MILCON Contractor to the United States Air Force (711th Human Performance Wing). The government understands that on-site, RAC vendor-initiated facility construction and RAC system installation activities may need to be done substantially with second or third shift work. The offerors should plan on this option being available with the understanding that logistic details of security, quality assurance, etc., have not yet been determined. Coordination will be necessary with the "then-owner" of the Facility (determined by BOD) in conjunction with base security forces and the Contracting Officer. (C) Industry Question 2: Drawing CS-107 erroneously calls out drawing C-402 for the RAC equipment pad details. Drawing C-402 does not contain the requested information. (D) Government Clarification 2: The Government has a request in to get corrected information but may not receive it in time to allow vendors to incorporate into their proposals. Recommend vendors use the size and location of the concrete equipment slab as specified on Drawing CS-107 for any items to be installed there. Vendors may want to note assumptions used in their designs (e.g., slab load rating) and,if found to not be true, how it would affect their design and therefore their proposals. 2. THE PROPOSAL SUBMISSION DATE IS HEREIN EXTENDED TO 4:00 P.M. EDT, MONDAY, 28 SEPTEMBER 2009. 3. POCs: Contracting Officer Thomas S. Rickey, 937-255-5585, thomas.rickey@wpafb.af.mil Contract Negotiator Marilyn K. Forcum, 937-255-5645, marilyn.forcum@wpafb.af.mil 4. The RFP Amendment 0004 is being provided electronically via the Federal Business Opportunities (FBO) website at www.fedbizopps.gov/ and the Pre-Award Information Exchange (PIXS) website at https://www.pixs.wpafb.af.mil. An electronic bidders' library has been established and can be linked via the websites previously referenced. 6. Please contact the POC, Ms. Marilyn Forcum, at the e-mail address or number above if there is a problem locating any of the attached files. END OF RFP AMENDMENT 0004 SUMMARY RFP AMENDMENT # FA8626-09-R-2101-0003 DATED 17 Aug 09SUMMARY OF RFP AMENDMENT 0003: 1. The purpose of this Request for Proposal (RFP) Amendment FA8626-09-R-2101-0003 (copy attached) is as follows: (A) to clarify information for all potential offerors in response to questions from industry; (B) to update/replace Section J Attachment 2 "SYSTEM REQUIREMENTS DOCUMENT (SRD) Rev 1" (dated 2 Jul 09) with "SYSTEM REQUIREMENTS DOCUMENT (SRD) Rev 2" (dated 11 Aug 09), revised as a result of industry clarification questions contained in the amendment; and (C) to update two obsolete Section I Referenced Clauses. 2. The offeror is herein reminded that, in accordance with Section J Attachment 2 "SYSTEM REQUIREMENTS DOCUMENT (SRD) Rev 2" (dated 11 Aug 09) and Section J Attachment 6 "Section L INSTRUCTIONS TO OFFERORS FOR PROPOSAL PREPARATION " (dated 2 Jun 09) Paragraph 8.3.4.4.3 "Applicable Documents", any offeror, industry, commercial, and tailored Government standards, specifications, handbooks, processes and/or practices sited in the RFP and selected as compliance documents by the offeror in preparation of his proposal shall be the current version of each document at the time of contract award. 3. The proposal submission date remains unchanged at 4:00 p.m. EDT, Thursday, 10 September 2009. 4. POCs: Contracting Officer Thomas S. Rickey, 937-255-5585, thomas.rickey@wpafb.af.mil Contract Negotiator Marilyn K. Forcum, 937-255-5645, marilyn.forcum@wpafb.af.mil 5. The RFP Amendment 0003 is being provided electronically via the Federal Business Opportunities (FBO) website at www.fedbizopps.gov/ and the Pre-Award Information Exchange (PIXS) website at https://www.pixs.wpafb.af.mil. An electronic bidders' library has been established and can be linked via the websites previously referenced. 6. Please contact the POC, Ms. Marilyn Forcum, at the e-mail address or number above if there is a problem locating any of the attached files. END OF RFP AMENDMENT 0003 SUMMARY RFP AMENDMENT # FA8626-09-R-2101-0002 DATED 20 JUL 09 SUMMARY OF RFP AMENDMENT 0002: 1. The purpose of this Request for Proposal (RFP) Amendment FA8626-09-R-2101-0002 (copy attached) is as follows: (A) to correct an administrative error in Block 11 of Amendment 0001 Cover Sheet; and (B) in response to industry questions regarding clarity / legibility of the drawings, to replace Section J Attachment 4 "100% FACILITY DRAWINGS" dated 2 Jul 09 with a more legible copy of the same set of 32 drawings ("100% FACILITY DRAWINGS - LEGIBLE" dated 2 Jul 09). Proposal Due Date remains as originally cited in the RFP: 4:00 p.m. EDT, Thursday, 10 Sep 09. POCs: Contracting Officer Thomas S. Rickey, 937-255-5585, thomas.rickey@wpafb.af.mil Contract Negotiator Marilyn K. Forcum, 937-255-5645, marilyn.forcum@wpafb.af.mil The RFP Amendment 0002 is being provided electronically via the Federal Business Opportunities (FBO) website at www.fedbizopps.gov/ and the Pre-Award Information Exchange (PIXS) website at https://www.pixs.wpafb.af.mil. An electronic bidders' library has been established and can be linked via the websites previously referenced. Please contact the POC, Ms. Marilyn Forcum, at the e-mail address or number above if there is a problem locating any of the attached files. END OF RFP AMENDMENT 0002 SUMMARY RFP AMENDMENT # FA8626-09-R-2101-0001 DATED 9 JUL 09 SUMMARY OF RFP AMENDMENT 0001: 1. The purpose of this Request for Proposal (RFP) Amendment FA8626-09-R-2101-0001 (copy attached) is as follows: (A) to update/replace Section J Attachment 2 "Systems Requirement Document (SRD) 22 Apr 09 with the 2 Jul 09 revision created as a result of industry clarification questions and updates to Attachments 3 and 4; (B) to update/replace Section J Attachment 3 "MILCON COORDINATION REQUIREMENTS (FACILITY CONSTRAINTS) 3 Jun 09" with the 2 Jul 09 version based upon 100% facility drawings; (C) to update/replace Section J Attachment 4 "Facility Drawing A133N-colorized layout - 9 Jun 09" with the 100% Facility Drawings dated 2 Jul 09; (D) to clarify information for all potential offerors in response to questions from potential offerors; (E) to correct a Section L paragraph number reference in Section F of CLIN 0001 "RESEARCH ALTITUDE CHAMBERS"; and (F) to update the identity of the 711 HPW RAC Contracting Officer. POCs: Contracting Officer Thomas S. Rickey, 937-255-5585, thomas.rickey@wpafb.af.mil Contract Negotiator Marilyn K. Forcum, 937-255-5645, marilyn.forcum@wpafb.af.mil The RFP Amendment 0001 is being provided electronically via the Federal Business Opportunities (FBO) website at www.fedbizopps.gov/ and the Pre-Award Information Exchange (PIXS) website at https://www.pixs.wpafb.af.mil. An electronic bidders' library has been established and can be linked via the websites previously referenced. Please contact the POC, Ms. Marilyn Forcum, at the e-mail address or number above if there is a problem locating any of the attached files. END OF RFP AMENDMENT 0001 SUMMARY The United States Air Force, 77th Aeronautical Systems Wing (77 AESW) intends to award a firm-fixed price (FFP) contract for the design, development, manufacturing, testing, installation, integration, the provision of initial spares and support equipment, and delivery of a man-rated set or suite of Research Altitude Chambers with supporting data for research and equipment qualification testing missions. This acquisition will be conducted as a FULL AND OPEN COMPETITION. The Government reserves the right to award the contract with or without discussions. POC: Marilyn Forcum, Contract Negotiator, 937-255-5645, Marilyn.forcum@wpafb.af.mil Alternate POC: Tim White, Contracting Officer, 937-255-7761, timothy.white@wpafb.af.mil The RFP is being provided electronically via the Federal Business Opportunities (FBO) website at www.fedbizopps.gov/ and the Pre-Award Information Exchange (PIXS) website at https://www.pixs.wpafb.af.mil. No paper copies are available. An electronic bidders' library has been established and can be linked via the websites previously referenced. The library contains the following RFP referenced documents (15) peculiar to this acquisition which are not readily available elsewhere: 1. RFP Cover Letter (12 Jun 09) 2. RFP Cover Letter Encl 1 (RFP) 3. RFP (Model Contract plus all Exhibits and Attachments (10 Jun 09) 4. Model Contract without Exhibits or Attachments (10 Jun 09) 5. Sectionon J Exhibit A Contract Data Requirements List (CDRL), DD Form 1423-1 (CLIN 0002 Data NSP) (24 Apr 09) 6. Section J Exhibit B Contract Data Requirements List (CDRL), DD Form 1423-1 (CLIN 0003 Data - Separately Priced) (24 Apr 09) 7. Section J Exhibit C Contract Data Requ! irements List (CDRL), DD Form 1423-1 (CLIN 0009 Data - NSP) (24 Apr 09) 8. Section J Attachment 1Statement of Objectives (SOO) (22 Apr 09) 9. Section J Attachment 2 Systems Requirements Document (SRD) (29 May 09) 10. Section J Attachment 3 MILCON (Military Construction) Coordination Requirements (facility constraints) (3 Jun 09) (If required by the 100% Facility Drawings, an updated Atch 3 will be provided by an Amendment to the RFP on or about 30 Jun 09.) 11. Section J Attachment 4 Facility Drawing A133N - Colorized Layout (9 Jun 09)(100% Facility Drawings will be provided by an Amendment to the RFP on or about 30 Jun 09.) 12. Section J Attachment 5 GeoTechnical Report (site soil survey) (6 Jun 08) 13. Section J Attachment 6 Section L Instructions, Conditions and Notices to Offerors (2 Jun 09), and 14. Section J Attachment 7 Section M Evaluation Factors for Award (2 Jun 09) 15. RFP Cover Letter Encl 2 FAR Table 15-2 Submit your proposal as specified in Section L Table 2.2 of the Request for Proposal (located in Section J, Attachment 6), to arrive at the following address not later than 4:00 p.m. Eastern Daylight Time ninety (90) calendar days after release of the Request for Proposal (10 September 2009). The offeror's proposal shall remain valid for a minimum of 240 calendar days. 711 HPW RAC Program ATTN: CONTRACTING OFFICER c/o Acquisition Center of Excellence (ASC/AQH) 1755 Eleventh St., Bldg 570 Wright-Patterson AFB OH 45433-7404 Please contact the POC, Ms. Marilyn Forcum, at the e-mail address or number above if there is a problem locating any of the attached files. For more information on "RFP - 711TH HUMAN PERFORMANCE WING RESEARCH ALTITUDE CHAMBERS", please refer to:https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=6158
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8626-09-R-2101/listing.html)
 
Record
SN01960198-W 20090919/090918001518-194e4e576f5e7434a3d97dd946572158 (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.