MODIFICATION
R -- Manpower Support Services - Solicitation 1
- Notice Date
- 9/16/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8505-10-R-21787
- Archive Date
- 12/31/2010
- Point of Contact
- Alexander H Comportie, Phone: 478-926-5860
- E-Mail Address
-
alexander.comportie@robins.af.mil
(alexander.comportie@robins.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- DD Form 254 Attachment G Attachment E Attachment C Attachment A PWS CDRL A001 Attachment F Attachment D Attachment B Appendix C RFP The purpose of this amendment is to post the Request For Proposal and provide responses to questions posed by potential offerors. The following questions were posed, along with their responses: Q (1): With our experience in both F-15 and FMS work, we are extremely interested in teaming on this opportunity, however, we want to ensure that by providing support to you, we don't OCI ourselves out of future efforts relative to F-15 component production and development. Can you tell me if there will be an OCI clause on this procurement? A (2): See Performance Work Statement (PWS) paragraph 4.9.3.8. The Contractor will not be allowed to propose on any acquisitions that they are working on under this contract. The Contracting Officer is revalidating the need for an OCI clause. In any case, Organizational Conflict of Interest must be considered at the prime contractor level. Q (2): Will there be a requirement for a technical approach? A (2): Please see requirements identified in solicitation. Q (3): Will the entire Team's past performance be evaluated or only the Prime contractor? A (3): Please reference section D. Volume III - Present and Past Performance of Section L. The offeror shall submit Present and Past Performance Information for itself and each proposed critical subcontractor. Q (4): How many past performances will be evaluated? A (4): Please reference section D (1). Offerors shall complete a separate FACTS Sheet for each active or completed contract (with preferably at least one year of performance history) in the past three (3) years that the offeror considers relevant in demonstrating its ability to perform the proposed effort. If the total number of such contracts exceeds three (3), the offeror shall address its three (3) most recent and relevant contracts. Q (5): How many teammates past performances will be evaluated? A (5): Reference A (3) response Q (6): Will you use the Service Contract Act for any labor categories? If so, how many? A (6): Yes, SCA applies to service contracts over $2,500 and flows down to subcontractors. The labor categories will be listed under the RFP. Q (7): Will this effort be priced by hourly rate per each labor category (T&M) or a FFP? A (7): Firm Fixed Price (FFP) loaded rates will be utilized to obtain proposals for each order - See RFP schedule Q (8): Can you tell us if there is staff working full time in theater? A (8): There are no full time staff working in the theater. Employees are working at Robins AFN, Georgia. Q (9): In ref, to the Manpower Support Document, Solicitation # FA8505-10-R-21787, the Synopsis stated that foreign contractors are not allowed to participate; does this mean contractors overseas that are not American citizens are not eligible? Or does this mean even if you are an American citizen if you live on foreign soil you are not eligible? Could you please give a clear and concise explanation. A (9): This is a set-aside competitive 8(a) acquisition. Only qualified 8(a) proposals will be considered. Q (10): Will the F-15 SPO hold an Industry Day for the FMS Program Support once the draft RFP is released? A (10): An Industry Day/Pre-solicitation conference will not be held. Q (11): Reference the recent synopsis for solicitation #FA8505-10-R-21787 to provide manpower support services to the F-15 SPO. Based on our knowledge of this requirement as well as the synopsis which states "the requirement calls for services that include technical and engineering tasks," we strongly encourage the 569 Aircraft Sustainment Squadron and you as the Contracting Officer to consider NAICS 541330 and apply the exception for military hardware. This NAICS seems to fit the requirement much better and takes into account the importance of not only the engineering component to the contract, but also the complexities of dealing with your foreign customers. The modifications and highly technical sustainment issues such as Link-16 and other complex weapon system components that the support staff regularly addresses fits better with the NAICS 541330. Additionally, a change to this NAICS will increase competition among competent offerors while still maintaining the 8(a) set-aside. A (11): The NAICS code 541690 for this effort will not be changed. The NAICS code that was utilized was coordinated with the Warner Robins Small Business office and SBA. Q (12): We are looking for any FOIA'D contractual information we can obtain with regards to the current contract held by Emerald Consulting Group (FA8505-05-D-0002). A (12): Please submit a FOIA request for contractual information to the 78th ABW Communications Directorate. For further guidance see: http://www.robins.af.mil/library/foia.asp Q (13): We would suggest NAICS code 541330, "Military and Aerospace Equipment and Military Weapons" be used since this is to support the F-15 Weapons System. 541330, "Military and Aerospace Equipment and Military Weapons" has a size standard of $27M A (13): The NAICS code 541690 for this effort will not be changed. The NAICS code that was utilized was coordinated with the Warner Robins Small Business office and SBA. Q(14): Is FA8505-05-D-0002 still expected to expire on 09/30/2010? A(14): The current order on FA8505-05-D-0002 is expected to expire on 31 Dec 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-10-R-21787/listing.html)
- Record
- SN02284913-W 20100918/100916235926-fd7088e1cc03e20f35e6c8075db9e4bc (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 |