MODIFICATION
R -- System Safety Engineering and Range Support Services (SSERSS)
- Notice Date
- 12/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R10T1101
- Response Due
- 1/3/2011
- Archive Date
- 3/4/2011
- Point of Contact
- Tejae Craig, 928-328-6903
- E-Mail Address
-
MICC Center - YPG
(tejae.craig@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT - 0002. This amendment to the solicitation for System Safety Engineering and Range Support Services (SSERSS) at the U.S. Army Yuma Proving Ground (USAYPG), AZ is issued to address questions and recommendations received from industry. As a result the following changes are made to the solicitation. a. The NAICS code is changed from 541330 "Engineering Services" with a size standard of $4.5M to 541330 "Engineering Services - Military and Aerospace Equipment and Military Weapons" with a size standard of $27M. QUESTIONS 1. Attachment 7 Historical Workload are these numbers of hours worked or tasks performed? Answer: They are number of hours worked. 2. OCONUS travel and work will the contractor be required to buy Defense Base Act (DBA) Insurance? Answer: FAR clause 52.228-3 and 52.228-4 will be incorporated into Attachment 4 (Clauses and Provisions) of the solicitation. Task orders will specify OCONUS work as required and if required DBA insurance will be needed. 3. TDY to Cold Regions Test Center at Fort Greely, Alaska will the government provide Cold Weather Clothing or must the contractor provide? Answer: The Government will provide the cold weather clothing. 4. Reference Attachment 2, C.1.3. Duty Station states that the primary duty station is at USAYPG, Arizona. Given that the government site support may be intermittent in nature; can the work in the PWS be performed at the contractor site location? Answer: Partial work on the might be completed at the contractor site, however, work will also be required at USAYPG. In addition, temporary 'safari' mission requirements to various OCONUS locations may be required in accordance with the PWS. Specific taskings will identify work locations required. 5. Reference Attachment 4, Proposal Submission Instructions, Volume 1, Technical Proposal, Tab 3, Employee Recruitment and Retention. If the response to question 4 above is "yes, work can be performed at the contractor site," then is this proposal section still relevant and required? Answer: Yes, proposal section in Attachment 4, Proposal Submission Instructions Volume 1, Technical Proposal, Tab 3, Employee Recruitment and Retention is still relevant and required. Engineering recruitment and retention is an important element of this requirement regardless of location. 6. The RFQ appears to be very restrictive and addresses specific software utilization and maintenance that may allow only the incumbent contractor to be qualified. How will MICC address this issue, and how can the contractor be assured of a fair opportunity to compete for this procurement if no one but the incumbent can meet the stated solicitation requirements? Answer: The Government has invested in the development of this software and the Government owns it. The requirement now is to maintain and upgrade the software. 7. The PWS states that "the organization should have 10 years of knowledge in providing services to organizations/agencies similar to or greater than the USAYPG effort." The only organization that has 10 years of experience in the specific areas of the RFQ is the incumbent; how would it be possible for any other company to qualify, or is the intent for this RFQ to be allocated as a "sole-source/no other qualified source" award? Answer: No, it is not the intent of the Government to allocate this requirement as a 'sole source/no other qualified source' award. This section of the PWS has been revised to clarify this requirement further and also include key personnel requirements. 8. The labor allocation specified in the CLIN structure indicates a low full time equivalent (FTE) utilization rate. The current scope only includes "non-personal services required to perform programmatic support in the areas of computer automated support for the RTSS and the SDZ Calculator, and special safety analyses/studies, on an as needed basis." The historical work load for 2010 indicates a labor loading of one FTE; how many FTEs are anticipated to be assigned to this project for the new contract? Answer: The procurement will be conducted under a Requirements-type contract. Requirements will be issued through task orders on an as needed basis. Burdened labor rates will be estimated in the contract and hours will be negotiated at the outset of the task order. 9. The scope is significantly smaller than anticipated, and does not include all of the elements previously covered under System Safety/Range Safety Support. How will these other topics (previously included in the scope) be address at YPG; will other contracts be placed for these areas of support? Answer: The areas of support besides System Safety & Engineering and Software Maintenance & Upgrades will be in-sourced or are no longer a requirement of the Government. At this time, there are no contracts set in place for the other areas of support. Task Area 1: System Safety and Engineering Support (Assumes that this scope includes the RFQ area of Special Analyses/Studies on an as needed basis; is this correct?) Answer: Yes Task Area 2: Radiation Safety Support Task Area 3: Range Safety Support Task Area 4: Industrial Hygiene Services Support Task Area 5: OSHA and Engineering Services Support Task Area 6: Ammunition & Explosive Safety Support Task Area 7: Software Maintenance and Upgrades Support (Assumes this scope includes the RFQ area of Computer Automated Systems support for the Range Test Scheduling System (RTSS) and the Safety Danger Zone (SDZ) Calculator; is this correct?) Answer: Yes Task Area 8: Installation Safety Analysis Support Task Area 9: Support to Other Test Centers and DoD Agencies Support Task Area 10: Health Wellness Employee Support 10. If it is the intent of MICC to include these areas in the current RFQ, please identify the number of hours (on an annual basis) from the CLIN structure that could be anticipated for each of these Task Areas. Answer: The only areas of support are Software Maintenance & Upgrades and System Safety & Engineering. All work will be issued on task orders on an as needed basis. Estimates provided in the solicitation are for the purposes of evaluating offers. 11. Given the low level of labor loading, how much (if any) of the work is to be performed on site? Answer: The procurement will be conducted under a Requirements-type contract. Taskings will be issued under task orders as required and will identify work location. The work may require partial performance at the Contractor's site; however work will also be required to be performed at USAYPG i.e. the Special Analyses/Studies function may require an engineeer to be present at either USAYPG, CRTC or TRTC whenever an incident occurs to conduct investigations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/48bb6c482f5c17027955d1b1b47cf231)
- Place of Performance
- Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02348007-W 20101223/101221234014-48bb6c482f5c17027955d1b1b47cf231 (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 |