Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2025 SAM #8754
SOLICITATION NOTICE

J -- Aircraft Maintenance Services for the MH-65

Notice Date
11/12/2025 12:47:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03826RB0000004
 
Response Due
12/4/2025 12:00:00 PM
 
Archive Date
01/01/2026
 
Point of Contact
Destiny Ornelas, Terrie L. Pickard, Phone: 5716076543
 
E-Mail Address
destiny.a.ornelas2@uscg.mil, Terrie.L.Pickard@uscg.mil
(destiny.a.ornelas2@uscg.mil, Terrie.L.Pickard@uscg.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
Amendment Five is to answer the following questions: QUESTION: We have an inquiry regarding Section 1.3 of attachment 2 SOW, which requires the Contractor to be registered in the DLA's Joint Certification Program (JCP) to obtain Government-owned technical documents. Our JV members are both JCP-certified. Does the Joint Venture entity itself need to complete JCP registration, or is the registration of both members sufficient for compliance with the SOW and access to technical documents? ANSWER: DoD Directive 5230.25, November 6, 1984, Section 4.2 states that unclassified technical data is to be provided only to qualified U.S. or Canadian contractors who meet eligibility requirements. The joint venture is treated as a distinct legal entity and cannot rely on the certifications of the constituent companies. This ensures compliance specified by the joint venture. QUESTION: Per the SOW 4.4.6, the government has indicated that employees are expected to work a minimum of 230 business days, however according to the CBA, those with greater than 3 years of service qualify for 23 vacation days. In addition to the 11 paid holidays, this would net 226 available working days. Will the government please reduce this number of required days or clarify this requirement? ANSWER: See Attachment 2 � Statement of Work Amendment Five QUESTION: Per SOW 4.4.7, the government has noted that if an employee is excessively absent, more than 10 calendar days, during any period of performance the government will subtract a daily rate for each day vacant. Will the government please remove this requirement or clarify if this is excluding paid leave, closures for weather, etc.? ANSWER: This will remain as is. This covers Contractor employees that are absent during normal working days. This does not include plant shutdowns, paid holidays, or inclement weather. QUESTION: As the attached CBA is scheduled to expire May 2026, will the government provide an escalation to use after May so that the proposals can be evaluated equally? ANSWER: The Contractor that is awarded this requirement is responsible for the negotiations with the Union. Once the pricing has been established with the Union, the Government will negotiate with the Contractor to ensure that the pricing is mutually agreed upon and has been found fair and reasonable and the contract/task order will then be modified to reflect the negotiated pricing. QUESTION: Attachment 1 Schedule CLIN 0001 Aircraft Mechanic 1 (Day Checks) 348 and then in line two sates Twenty-Nine (29) Full Time Employees. Will the government please clarify meaning/intent of Twenty-Nine (29) full time employees? ANSWER: For this contract line item (CLIN), we are asking for the monthly price. We have 29 full time employees X 12 months = 348 months. QUESTION: Attachment 1 Schedule CLIN 0002 Aircraft Mechanic 1 (Night Checks) 121 and then in line two sates Eleven (11) Full Time Employees. Will the government please clarify meaning/intent of Eleven (11) full time employees? ANSWER: For this CLIN, we are asking for the monthly price. We have 11 FTE X 12 months = 132 months. See Attachment 1 -Schedule 70Z03826RB0000004 Amendment Four for corrections. QUESTION: Attachment 1 Schedule CLIN 0003 Aircraft Mechanic Helper (Day Checks) 24 and then in line two sates Two (2) Full Time Employees. Will the government please clarify meaning/intent of Two (2) full time employees? ANSWER: For this CLIN, we are asking for the monthly price. The same thing for this line item, we are asking for a monthly price. We have 2 full time employees X 12 = 24 months. QUESTION: 3.2 of the SOW shows a count of 31 FTEs on 1st shift but the pricing sheet shows 29 FTEs on 1st shift (i.e. Day Check). Can the Government clarify which FTE count is correct? ANSWER: There are 29 Aircraft Mechanic I full time employees and 2 Aircraft Mechanic Helper full time employees which equates to 31 day check full time employees. QUESTION: Will the Government provide the latest REV for the WD? The one provided is REV 30 (4/29/25), but the latest is REV 31 (7/7/25). ANSWER: See Attachment 4 � Corrected Wage Determination Amendment Five QUESTION: Overtime (OT) Hours are shown in the pricing sheet as a unit of measure of HR, but the rate column for all lines is Monthly Rate. Is the Government�s expectation for offerors to provide an hourly rate or multiply 12 HRS by the number of FTEs to get a monthly charge? ANSWER: We have corrected the title to read Monthly/Hourly Rates. See Attachment 1 � Schedule Amendment Five for corrections. QUESTION: Terms and Conditions, Page 36 of 58; Addendum number 2 indicates that Proposals are due at 3:00 pm Eastern Standard Time on 02 December 2025 However, the SAM announcement has posted that the closing date and time for receipt of offers is 04 December 2025 at 3:00pm EST. Question: Can the government please clarify the due date for proposals? ANSWER: Terms and Conditions have been corrected to read 04 December 2025 at 3:00 p.m. EST. See Attachment 3 � Terms and Conditions Amendment Five for corrections. QUESTION: Terms and Conditions, Page 36 of 58; Completion of FAR Provisions states: ""The offeror shall complete the applicable box in paragraph (d) for FAR 52.204-24 and the applicable box in paragraph (b) for 52.209-7 and return with the proposal."" Question: Should offerors submit these FAR provisions as a separate document with our proposal, or should it be included in one of the Volumes? ANSWER: This can be included as an attachment to the proposal. QUESTION: The CBA will expire in May of 2026. Due to this and other economic uncertainties, and in order to equalize proposal bidding consistency, will the Government consider establishing an annual escalation rate for proposal purposes? ANSWER: No, the Government will not consider establishing an annual escalation rate for proposal purposes. At the time of contract award and/or exercising an option period, the vendor will enter into negotiations with the Union for pricing. Once the pricing has been established between the contractor and the Union, the vendor will then enter into negotiations with the USCG. QUESTION: We noticed Attachment 3 still lists the due date as 02 DEC, but Sam.gov lists 04 DEC at the top and at the bottom of the page. Can you confirm the due date is 04 DEC at 3:00PM ANSWER: See Question 11 and Attachment 3 � Terms and Conditions Amendment Five for details. -------------------------------------------------------------------------------------------------------------------------------------------------------------------- Amendment Four is correcting CLIN 0002, 1002, 2002, 3002, and 4002 QTY to 132 in Attachment 1 � Schedule 70Z03826RB0000004 Amendment Four. Amendment Three is to answer the following question: Question: We would like to submit the following question concerning the above referenced solicitation providing MH-65 Aircraft Maintenance Services: 52.212-2, Evaluation � Commercial Products and Commercial Services states that Past Performance will be evaluated to assess confidence in the offeror�s ability to fulfill the solicitation requirements. The evaluation will consider the offeror�s demonstrated record of relevant performance in performing the required services and will consider areas of quality, compliance with contractual requirements, and customer satisfaction. If an offeror enters into a Prime/Sub relationship with a teammate, would the government consider the Past Performance of the sub? Answer: The USCG will consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement. Amendment Two is to answer the following question: Question: When reviewing the document package on SAM.gov ( SAM.gov � link to the opportunity on SAM ), we noticed RFP attachments were posted with instructions for offerors and evaluation criteria in Attachment 3 - Terms and Conditions. Are there any additional instructions to offerors for proposal guidance? Answer: All instructions for offerors and evaluation criteria is stated in the solicitation and supporting documentation. Amendment One is to answer the following question: Question: We would like to know if this is a brand new contract OR if there is (was) an incumbent performing these services. If not brand new, could you please provide the current / previous contract number? Answer: This is a follow-on contract. The current contract number is 70Z03822DB2000009. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 70Z03825RB0000004 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 Effective October 01, 2025. The applicable North American Industry Classification Standard Code is 336411. The small business size standard is 1,500 employees. This is a competitive 8(a) requirement. All responsible sources may submit a proposal which shall be considered by the agency. The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Elizabeth City, NC intends to negotiate and award an Indefinite Delivery Requirements type of contract to any responsible Contractor enrolled in the 8(a)-business development program that can provide the services as outlined in the Statement of Work and Terms and Conditions. The contract will consist of a one-year Base Period and if exercised, up to four (4) one-year Option Periods. See attached documents titled: �Attachment 1 � Schedule 70Z03826RB0000004� �Attachment 2 � Statement of Work 70Z03826RB0000004� �Attachment 3 � Terms and Conditions 70Z03826RB0000004� �Attachment 4 � Wage Determination 70Z03826RB0000004� �Attachment 5 � CBA 70Z03826RB0000004� The closing date and time for receipt of offers is 04 December 2025 at 3:00pm EST. Quotes and questions shall be submitted by email to Destiny.A.Ornelas2@uscg.mil. Please indicate solicitation 70Z03826RB0000004 in the subject line. Phone call quotes WILL NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7a5af383253e4d0788525568c8fc437e/view)
 
Record
SN07639628-F 20251114/251112230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.