Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2010 FBO #3283
MODIFICATION

R -- Manpower Support Services - Amendment 5

Notice Date
11/18/2010
 
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
4/29/2011
 
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
PWS Attachment G Amendment 0005 The purpose of this amendment is to post amendment FA8505-10-R-21787-0005 and provide additional responses to questions asked by potential offerors. Q (39) Will the government provide the approximate number of hours currently expended for each labor category under the current contract? A (39) No, this is not required for proposal submission. Q (40) Regarding transition of workload: a) How much time is the government allowing for transition period? b) Will a separate DO/TO be issued to cover the transition period? c) Is the estimated cost (LOE) of transition to be considered for each task or an aggregate of all current tasks? d) Are there any classified documents or items stored at the incumbent site and need to be transitioned? A (40) a) One Month b) Yes c) The transition cost will ONLY be considered on the first order. d) No Q (41) Has the level of work for the current contract increased or decreased over the term of the contract? A (41) This is not required for proposal submission. Q (42) What is the current number of contractor personnel performing work in support of these efforts? A (42) This is not required for proposal submission. Q (43): How many full time equivalent employees are currently working the effort? A (43) This is not required for proposal submission. Q (44) Can you please provide the past years total labor cost to the Government? A (44) We cannot provide past years total labor cost to the Government. Q (45): Can you provide the past years travel and ODC dollars? A (45) We cannot provide past years travel and ODC dollars. Q (46) Currently ___ has two FMS contracts dealing with Royal Saudi Air Force (RSAF). One is for trainers and does not end until __________2012 and the other is to provide man power support in country to 569 ACSS/GFIA and does not end until __________. I would like to insure that these two contracts do not already constitute a conflict of interest. The answer will determine whether ___ continues working on a bid for this contract. You timely answer will greatly be appreciated. A (46) See RFP amendment 0005 that incorporates OCI clause. Q (47) A previous question indicated that the successful contractor will be precluded from any work for which they participated in developing requirements IAW PWS paragraph 4.9.3.8. Is it the government's intent to include an OCI clause in Section H at award? If so, which clause does the government intend to include. A (47) See RFP amendment 0005 that incorporates OCI clause. Q (48) The RFP said nothing about OCI and Para 4.13.3 of the PWS only references "Access to Data:" in regards to conflict of interest. Can potential conflict of interest issues with regards to paragraph 4.13.3 of the PWS be resolved at the task order level? In other words, should a task order contain or potentially contain OCI issues for one partner company (Prime or Sub), can the other partner(s) do the task order work?" A (48) See RFP amendment 0005 that incorporates OCI clause. Q (49) Section L of the solicitation requests that, "Offerors shall ensure that all clauses and provisions that require "fill-in" information are appropriately completed, including the proposed prices associated with the contract line items in the Schedule of the RFP." Section M of the solicitation includes the following wording, "c) Total Evaluated Price (TEP). The Government will calculate a TEP based on the following: For Firm Fixed Price (FFP) CLINs: Offerors will propose fully loaded labor rates in Attachment G (Fully loaded labor rates include base labor rates plus all indirect costs, G&A and profit). The Government will multiply the proposed fully loaded labor rates by an estimated number of hours not to be disclosed to the Offerors. All CLINs (Basic and Options) will be added together to come up with the TEP." If a level of effort is not going to be provided to Offerors, how would the Government like Offerors to complete Section B of the solicitation? A (49) See RFP amendment 0005. Q (50) Section 4.4 of the PWs states that, "Travel: The Contractor may be required to travel for the performance of the work described within this PWS. Travel may include locations within the continental United States and outside the continental United States." The PWS provided does not provide enough information for Offerors to reasonably estimate the travel and danger pay required per contract period. Will the Government provide a Not-to-Exceed amount for each applicable CLIN in Section B? A (50) See RFP amendment 0005. Q (51) Section 3.1.2 of the PWS states that, "Materials are to be provided by the Contractor when essential to the task performance specifically approved." The PWS provided does not provide enough information for Offerors to reasonably estimate material and Other Direct Costs (ODCs) required per contract period. Will the Government provide a Not-to-Exceed amount for each applicable CLIN in Section B? A (51) See RFP amendment 0005. Q (52) FAR clause 52.222-46 states that, "As part of their proposals, offerors will submit a total compensation plan setting forth salaries and fringe benefits proposed for the professional employees who will work under the contract." Please verify that the Government is requesting numerical values for salary and fringe by labor category over the contract period in order to fulfill this requirement in addition to a written response. A (52) Yes, reference FAR clause 52.222-46. Q (53) Security Questions a) Is the contractor expected to store classified materials at their facility? If so, to what extent? b) PWS Paragraph 4.13.4 3rd sentence reads: "The Contractor's AIS shall be protected such that unauthorized disclosure of classified information or of sensitive, but of unclassified information is prevented." Is the contractor expected to process classified information on their AIS system? If so, to what extent? Pease clarify the referenced sentence. c) Will any of the classified materials fall under NATO classification guidelines? d) Pursuant to PWS Paragraph 4.13.9, 1) Will the contractor need to develop a COMSEC plan? 2) Will the government provide requisite secure communication devices (i.e. STU-III), if required? A(53) a) No b) No c) No d1) Employees will fall under the Government COMSEC plan. d2)Yes, as needed for contractor employees working at Robins AFB. Q (54) A BS and/or MS (BS/MS) in Engineering, Computer Science, Systems, Business, Logistics or related scientific/technical discipline and eight (8) years of progressive experience in acquisition and/or sustainment of military systems Or Minimum fifteen (15) years of progressive experience in acquisition and/or sustainment of military systems Is that the only labor category that allows a specific number of years instead of a college degree? Or will there be "waivers" allowed for any resources, especially incumbent employees that don't have degrees? A (54) See RFP amendment 0005 that incorporates waiver request in attached PWS. Q (55) When are the Past Performance Questionnaires due for FA8505-10-R-21787? A (55) Reference Section L-900 INSTRUCTIONS TO OFFERORS, paragraph B: "The Government intends to make an award without discussions. Discussions, if necessary, will be conducted in accordance with FAR 15.306. (Volume III is due in WR-ALC/830 ACSG/235 Byron Street Suite 19A Robins AFB, GA 31098-1607, Attention: Alexander Comportie, seven (7) calendar days prior to the required due date for proposals. Volumes I, II, and IV of the RFP are due no later than date called out on Block 9 of the face page of the solicitation standard form 1447, 4:00 PM, Eastern Standard Time. However, failure to submit VOLUME III by the earlier date will not result in offeror disqualification." Q(56) I am interested in obtaining a list of your Interested Vendors who have responded to you to date concerning this opportunity. Please respond with the current list if available. A(56) A listing is not available. Q (57) Ref Attachment G: How many employees are currently in each of the four labor categories (Administrative Support, Equipment Specialist, Logistics Specialist, Supply Support Specialist)? A (57) No, this is not required for proposal submission. Q (58) Ref Attachment G: For each of the employees in the four labor categories (Administrative Support, Equipment Specialist, Logistics Specialist, Supply Support Specialist), what is their current Level? A (58) No, this is not required for proposal submission. Q (59) Do all positions require a Secret Clearance? A (59) Reference PWS paragraph 4.13.2. Q (60) Will the contractor be required to have a secure IMS? A (60) No Q (61 ) Are you planning a site visit for this contract FA8505-10-R-21787 A (61) No, a site visit is not planned. Q (62) In the referenced RFP, we noticed a clause - I-532 52.242-4 CERTIFICATION OF FINAL INDIRECT COSTS (JAN 1997)- was included in the RFP. We are definitely used to seeing that in contracts and as part of our closeout of contracts, but not in the RFP. We are assuming that it is not necessary to complete this as part of the submission package since it addresses activities for administration of the contract and submission of incurred costs. Please clarify. A (62) It is only applicable if there have been billing rates used and final indirect cost rates must be established. Reference FAR 42.703-2(f) Q (63) We understand that we are to complete Attachment "G", Proposed Loaded Labor Rates; however, we need to know if the totals for each year (Basic and four option periods) prices should be included on CLINs 0001, and corresponding year CLINs, in section B of the RFP. If not, what pricing data is required for these CLINs. Additionally, are we to provide costs for CLINs 0002 and 0003 in section B of the RFP. A (63) See RFP amendment 0005 on cost reimbursement no-fee CLINs. Contractor is to propose rates only in Attachment G and attach this to the RFP. FFP Transition CLIN 0006 is to be entered on schedule B. OPTIONS I thru IV were deleted from the RFP because the Letter of Offer and Acceptance between the USG and Kingdom of Saudi Arabia did not support a five year Period of Performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-10-R-21787/listing.html)
 
Record
SN02330134-W 20101120/101118234415-6012fb3e24aa5634c742a0e0cfea34cb (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.