Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
MODIFICATION

L -- Sustainment Engineering Studies (Reliability and Maintainability Engineering Services) - Amendment 5

Notice Date
8/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8505-17-R-0015
 
Archive Date
8/9/2017
 
Point of Contact
Tad E. Williams, Phone: 4784696440, Shanellda Y Harris, Phone: (478) 926-6763
 
E-Mail Address
tad.williams.1@us.af.mil, Shanellda.Harris@us.af.mil
(tad.williams.1@us.af.mil, Shanellda.Harris@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment to extend Receipt of Offers Due Date. **********UPDATE****************************************** The Proposal Due Date is extended to 31 Aug 2018. * *********UPDATE****************************************** The Proposal Due Date is extended to 15 Aug 2018. **********UPDATE****************************************** FA8505-18-R-0004-0001 is added to this update along with the updated attachments. If an attachment was not included in this update then the latest/original version applies. ********UPDATE********************************************* The Proposal Due Date is extended to 08 Aug 2018. An additional amendment including attachment revisions and answers to submitted questions is forthcoming. ******UPDATE************************************************ Due to a formula error within Attachment 10 (Attach_10_Pricing_Spreadsheet) Cell K29 the attachment is hereby revised. Please note that the revised Attachment 10 is attached to this amendment and supercedes any previous versions. *****UPDATE************************************************* This Amendement is to address several questions recieved regarding the solicitiation. The questions and answers are as follows: Question: Proposal due date 16 July or 26 July? FedBizOps notes 26 July and the Solicitation notes 16 July. Answer: The proposal due date is 26 July18 at 3:30 pm and all questions regarding the proposal are due 9 July 18 at 11:59 pm. A revised Solicitation including the revised due date for proposals is hereby attached to this amendment. Question: Section L - Are additional instructions missing from paragraph "2. Format and Specific Content: The following information shall be provided in the written technical proposal and will be evaluated to assess technical acceptability in accordance with Section M-900, Evaluation Basis for Award. The written technical proposal shall address each of the following sub-factors to describe the offeror's proposed approach to performing the requirements as set forth in the Performance-based Work Statement (PWS)." It seems like there should have been more here. Answer: Section L, subsection C(2) has been revised as follows: FROM: 2. Format and Specific Content: The following information shall be provided in the written technical proposal and will be evaluated to assess technical acceptability in accordance with Section M-900, Evaluation Basis for Award. The written technical proposal shall address each of the following sub-factors to describe the offeror's proposed approach to performing the requirements as set forth in the Performance-based Work Statement (PWS). TO: 2. Format and Specific Content: Three (3) Subfactors will be evaluated to assess the technical acceptability in accordance with Section M-900, Evaluation Basis for Award. The written technical proposal shall address each of the Sub-factors listed in Section M, sub-section III to describe the offeror's proposed approach to performing the requirements as set forth in the Performance-based Work Statement (PWS). Question: Section L - There are no instructions for the cost volume. It would appear logically that they would follow the instructions for Volumes 1 and 2. Are additional instructions missing? Answer: Please refer to Section L, sub-section II, A(8) where it states that Volume III shall be presented in excel format with the ability to view any formulas or calculations (see Attach_10_Pricing_Spreadsheet and Attach_8_VPP_DART_TCIR_Chart). Volume III, TEP Attachment should not be adjusted, except for adding unit prices. There are no additional instructions for this volume. Please note that the revised Solicitation and Section L is attached to this amendment and supercedes any previous versions. *****UPDATE************************************************** The solicitation FA8505-18-R-0004 is hereby attached to this notice. All questions concerning this solicitation should be submitted by 9 July 2018 11:59 pm eastern standard time to the Buyer, Tad Williams, E-mail: tad.williams.1@us.af.mil and the Contracting Officer ShaNellda Harris, E-Mail: shanellda.harris@us.af.mil. ***UPDATE************************************************************ The Purpose of this amendment to update this presolicitation as follows: Sustainment and Engineering Services Solicitation number to FA8505-18-R-0004 Approximate issue date of solicitation is 15 June 2018 Approximate response date is 16 July 2018 Estimated PoP: 01 March 2019 - 28 Feb 2029 For additional information and/or to communicate concerns, if any, concerning this acquisition, please contact the Lead Buyer, Tad Williams, AFLCMC/WWQK, (478) 926-6440. E-mail: tad.williams.1@us.af.mil. ******************************************************************** This acquisition is to obtain a Firm-Fixed-Price (FFP) contract award for the purpose of reliability and maintainability sustainment engineering services on F-15 aircraft. The acquisition strategy has been approved for limited competition amongst three non-profit organizations: Mercer Engineering Research Center, Southwest Research Institute, and University of Dayton Research Institute. The Government's intent is to award the contract based on a source selection process which will evaluate lowest price technical acceptable. These services include systems engineering services and Aircraft Structural Integrity Program (ASIP) capability development and implementation. The Contractor shall provide engineering expertise beyond the technical capabilities of the F-15 SPO for various sustainment problems and issues. The Contractor shall provide F-15 Mechanical and Electrical systems sustainment engineering services in efforts to sustain the Operational Safety, Suitability, and Effectiveness (OSS&E) of the F-15 fleet. In general, these engineering services include configuration management, weight and balance, airworthiness certification, failure and accident investigations, component substitution and qualification of sources, technical order development, aircraft modifications, as well as depot and field level engineering assistance, troubleshooting, and problem solving. Approximate issue date of solicitation is 11 Aug 2017. Approximate response date is 11 Sep 2017. For additional information and/or to communicate concerns, if any, concerning this acquisition, please contact the Lead Buyer, Capt Dee Roseboro, AFLCMC/WWK, (478) 926-6114. E-mail: duaita.roseboro@us.af.mil. Estimated PoP: 01 March 2018 - 29 Feb 2028
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-17-R-0015/listing.html)
 
Place of Performance
Address: Contractor Facility (TBD), United States
 
Record
SN05039323-W 20180817/180815231607-2867c7aa9092058cd4241981247f7350 (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.