Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
MODIFICATION

L -- AIRCRAFT MAINTENANCE AND PAINT SERVICES-AIRCRAFT AVIM/AVUM/DEPOT MAINTENANCE AND PRESERVATION/CORROSION CONTROL

Notice Date
4/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-10-R-0003A
 
Response Due
5/12/2010
 
Archive Date
7/11/2010
 
Point of Contact
Lisa Anguizola, 601-313-1663
 
E-Mail Address
USPFO for Mississippi
(lisa.anguizola@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
AMENDED SOLICITATION IS ATTACHED, CHANGES ARE AS FOLLOWS: 1. AMENDMENT WAS NECESSARY TO CORRECT WAGE DETERMINATION LOCATION AND NUMBER FROM SALISBURY, SC 2005-2473 TO SALISBURY, NC 2005-2391 2. AMENDMENT WAS NECESSARY TO CHANGE SECTION 3.6 OF THE PERFORMANCE WORK STATEMENT, REVISED PWS ATACHED. CHANGES HILIGHTED IN YELLOW. 3. REQUEST FOR INFORMATION-QUESTIONS AND ANSWERS ARE BELOW. NO OTHER CHANGES ARE MADE TO THIS SOLICITATION AT THIS TIME. REQUEST FOR INFORMATION #1--QUESTIONS AND ANSWERS Question 1: Wage Determination: I dont believe the referenced wage determination is correct. You list: Salisbury, SC, Dorchester County 2005-2473. I think the wage determination should be: WD 05-2391 Answer 1: You are correct; this will be covered in the next amendment. Question 2: Previous Contract Vehicle. Most of this work appears to have been done previously (currently) under the US Air Force CFT contract. Under the CFT contract, Employees provided common hand tools, but expendables, supplies, materials, and specialty tools are Government furnished or reimbursed at cost and your paragraph 4.8 appears to continue this approach. However, the OC-ALC clauses included in the contract (OC-ALC 07-040 and OC-ALC 07-07-043) are CFT contract specific clauses. Could you please provide these clauses in full text in the solicitation or replace them with full text terms and condition of your contract? We do not have access to the CFT contract documents. Also, there is no discussion if the contractor can recover G&A costs on the contractor obtained materials.. Answer 2: You are correct; these clauses will be removed in the next amendment. These should not have been in the Performance Work Statement. There should be no G&A cost in that AVCRAD will provide all materials. Question 3: Previous Contract Vehicle, Labor. The CFT contract has its own wage determination and is an even numbered AWD allowing the contractor to pool the H&W benefit and the H&W benefit is paid on all hours worked, including overtime. Your solicitation is using even numbered AWDs which require H&W benefits be paid to each employee on an hours paid basis, up to 2080 hours per year. Also, wages are higher on the CFT AWD. Could you please provide a matrix identifying which sites have a workforce that is currently employed by a CFT contractor under the CFT contract? Answer 3: This will not be provided. The matrix provided in the Performance Based Work Statement is representative of the current staff with only a few minor exceptions Question 4: Wage Determinations. Please consider replacing the odd numbered AWDs with even numbered AWDs so we can continue to pool the H&W benefit vs. providing them to individuals. There is no wage or vacation accrual difference, but it allows us to be more flexible to providing benefits to the workforce. Also, there should be no negative impact to the Government on price. Answer 4: This will not be amended at this time. We are using the Wage Determinations set by the Service Contract Act and the Wage Determination Online (www.wdol.gov/sca.aspx#8). Though services have been previously performed at these locations, there is no documentation indicating that the services were previously performed under an SCA wage determination that ends in an even number (which is the wage determinations that are grandfathered into current contracts and services). Question 5: Proposal Format. The proposal format and instructions are very clear. However, the proposal font size, margins are not provided and there are no page limits imposed. Could you please identify font size, margins and provide a page limit for each section. Answer 5: There is no specific requirement for this. Question 6: Will invoice be processed through WAWF (Wide Area Work Flow)? Answer 6: Once awarded, the invoicing will be sent directly to the Mississippi USPFO and will be addressed in the final contract. However, during the life of this contract the Government anticipates implementation of WAWF for invoice processing. When this occurs the contractor shall implement WAWF procedures as described below at no additional cost to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-10-R-0003A/listing.html)
 
Place of Performance
Address: MS ARMY NATIONAL GUARD-1108TH AVCRAD HANGAR 1; HEWES AVE GULFPORT MS
Zip Code: 39505-3349
 
Record
SN02136940-W 20100502/100430235031-6c68016a5608447acb2f5536f84eb244 (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.