Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2003 FBO #0654
MODIFICATION

J -- REFURBISHMENT OF TWO U-6 BEAVER AIRCRAFT AND ONE NU-1B OTTER AIRCRAFT

Notice Date
9/10/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0134
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Mary Roland, Contract Specialist, Phone (301) 757-9709, Fax (301) 757-0200, - Thomas Stann, Contract Specialist, Phone (301) 757-9714, Fax 301-757-9760,
 
E-Mail Address
RolandMC@navair.navy.mil, stannte@navair.navy.mil
 
Description
THIS IS AN AMENDMENT TO COMBINED SYNOPSIS/SOLICITATION N00421-03-R-0134 ORIGINALLY POSTED ON 03 SEPTEMBER 2003. AMENDMENT 0003 - N00421-03-R-0134 -- The purpose of this amendment is to respond to questions received to date. NO EXTENSION IS PROVIDED TO THE DATE FOR RECEIPT OF PROPOSALS, which remains 1200 NOON on 15 September 2003 per amendment 0002. RESPONSES TO QUESTIONS QUESTION 1 ? Is there any preferential treatment given to U.S. small businesses? ANSWER 1 ? This requirement is NOT set aside for small businesses either in whole or in part. However, as stated in the original synopsis/solicitation, if two or more small businesses respond with a technically capable offer, it will be converted to a small business set-aside and offers received from large businesses will not be further considered for award. QUESTION 2 ? In the proposed synopsis, the DELIVERY paragraph identifies CLIN 0003 as a firm requirement. Section B identifies CLIN 0003 as an option. Section C identifies CLIN 0003 as ?shall install, when ordered.? Could you please clarify the status of CLIN 0003 as being either a firm requirement or as an option? ANSWER 2 ? CLIN 0003 is a firm requirement. A previous version of Section B and the Statement of Work was inadvertently posted to the NAVAIR Solicitation web site. This error was corrected on 4 September 2003 by the posting of the correct Section B and Statement of Work on the NAVAIR Solicitation web site. QUESTION 3 ? In the proposed synopsis, the DELIVERY paragraph identifies CLIN numbers above 0007. Section B and Section C go up to CLIN 0007, but not beyond. Could you please clarify the CLIN numbering structure? ANSWER 3 ? See the response to Question 2. QUESTION 4 ? In the proposed synopsis, RESPONSE DEADLINE, proposals are due no later than 3 PM EDT on 10 September 2003. This allows interested parties only 6 working days to develop and submit a comprehensive proposal. Is it possible to have the deadline wet one week later, to 17 September 2003? ANSWER 4 ? Amendment 0002 extended the due date for receipt of proposals to 1200 NOON on Monday, 15 September 2003. No further extensions to this date are planned. QUESTION 5 ? In the proposed synopsis, RESPONSE DEADLINE, proposals are to be submitted to NAVAIR/AD Contracts and a physical address is given. Will NAVAIR accept electronic submissions? If electronic submissions are acceptable, what is the preferred format and where should the submissions be sent? ANSWER 5 ? Because of the short timeframe for receipt of proposals following the scheduled site visit on 11 September, the Government will accept electronic mail (e-mail) submissions of proposals. Proposals shall be in a format that can be read with Microsoft Word 2000 or a PDF file for use with Adobe PDF for Acrobat Reader 5.0. Proposals shall be submitted as set forth in the original combined synopsis/solicitation, together with a statement that acknowledges receipt of all posted amendments. E-mail submissions shall be forwarded to the assigned Contract Specialist, Ms. Mary Roland, as follows: RolandMC@navair.navy.mil. Ms. Roland will acknowledge receipt of proposals by return e-mail to the sender. It shall be the responsibility of the offeror to ensure receipt of an acknowledgement by Ms. Roland to ensure their proposal has been received. QUESTION 6 ? In SECTION C ? DESCRIPTION/SPECIFICATION/WORK STATEMENT, second paragraph under Requirements: ?All work performed on these aircraft must be performed by FAA-certified mechanics (with appropriate ratings in accordance with 14 CFR 65) and the facility must be designated FAA Repair Station (or Canadian equivalent). Will the Navy accept Air Transport Canada certified mechanics with appropriate ratings as equivalent to FAA-certified mechanics with appropriate ratings? ANSWER 6 ? Yes, if the Air Transport Canada certification is equivalent to the FAA certification and ratings in 14 CFR 65. QUESTION 7 ? CDRLs A001 through A010 reference SOW paragraphs under ?5. CONTRACT REFERENCE.? The SOW/SECTION B available on the NAVAIR website does not contain paragraph references as indicated on the DD Form 1423. Where would I find the SOW paragraphs referenced on the CDRLs? ANSWER 7 ? Revised CDRLs are provided as an attachment to this amendment. Due to the restructuring of the Statement of Work during planning, Statement of Work paragraph reference numbers were eliminated; thus, the revised CDRLs simply use the Statement of Work as a reference, not specific paragraph numbers. NOTE: Some CDRL delivery dates have been revised to more accurately reflect the refurbishment plan. QUESTION 8 ? Shall we still quote unavailable STC?s or will you amend the SOW? ANSWER 8 ? The Statement of Work will not be revised. We realize that some STC?s for the NU-1B may not be suitable, but all available STC?s were listed to allow the offeror to propose the best aircraft configuration. Any STC listed in Section B/Statement of Work that is not appropriate to the aircraft, or is not available, should simply be noted as such in your proposal. QUESTION 9 ? Some of the STC?s are for both aircraft. Which one should be quoted? ANSWER 9 ? Each aircraft configuration recommended by the offeror should be quoted. That is, the offeror should quote each STC as it applies to each aircraft. QUESTION 10 ? Is there a Discrepancy List already generated for CLIN 0001? ANSWER 10 ? There is no Discrepancy List already generated for CLIN 0001. Offerors shall price this CLIN for the inspection only as described in the Statement of Work. After this inspection is complete, negotiation of any repairs shall be conducted under the Over-and-Above line item, CLIN 0039. Taking this into consideration, CLIN 0039 will be revised at contract award to reflect a Government estimate of 500 man hours vice the 100 man hours currently estimated. QUESTION 11 ? Do you need both the Garmin 530 and 430 installed in the same aircraft? ANSWER 11 ? The Government requires that both the Garmin 530 and 430 be installed in each aircraft. END OF QUESTIONS AND ANSWERS. NOTE: All offerors must acknowledge receipt of amendments to this solicitation either by initialing and returning a copy of the amendment with their proposal or by acknowledging receipt and consideration of the amendments in the cover letter to their proposal. --END OF AMENDMENT--
 
Place of Performance
Address: CONTRACTOR'S FACILITY
Country: UNKNOWN
 
Record
SN00431291-W 20030912/030910213511 (fbodaily.com)
 
Source
FedBizOpps.gov 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.