Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
MODIFICATION

K -- AMCOM Logistics Support Facility Management Activity (LSFMA)

Notice Date
2/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ11R0231
 
Archive Date
1/31/2013
 
Point of Contact
LISA STARBUCK, 256-842-3009
 
E-Mail Address
ACC-RSA - (Aviation)
(lisa.starbuck@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Modification of previous notice to the draft RFP is to address the following pending changes to the draft RFP: 1) The PWS will be revised to exclude both the Mi and Md Series aircraft. The revised PWS will be included in an amendment to the solicitation. 2) The anticipated release date of the formal RFP has been revised from 15 Feb 2012 to NLT 30 Mar 2012. 3) The Government will be adding an attachment 0006, Industry Questionnaire, on amendment 0001. Offerors will be instructed to use this attachment when submitting questions to Redstone-AMELSF@conus.army.mil. 4) Twenty-four questions have been reviewed and answered. We have recieved additional questions that are still in review. Those questions will be posted and answered at a later date. The first twenty-four questions are as follows: 1.Question: Reference subject Draft Solicitation, is there a geographical limitation on the location of required contractor provided facilities? Answer: See A-9 on Page 2 of Draft RFP. "This is a 100% Small Business Set-Aside (Restricted to within a 60 mile radius of Redstone Arsenal)." 2.Question: With regards to Page 66, (1) Subfactor A - Corporate Capability, (a) Corporate Certifications, Can the requirements for offeror corporate certifications (AS9110, AS9100, ISO 9001, ISO 14001, and FAA 145) be met collectively by a proposing team, i.e. can a combination of prime contractor, partners and/or subcontractors certifications meet these requirements? Answer: ISO 14001 will be deleted. ISO 9001:2008 needs to be a basic quality requirement that needs to be met by the prime, partners and subcontractors. AS9100 and AS 9110 must be met by the prime contractor. FAA 145 may be met by the prime, partners and/or subcontractors. The Government recognizes that the FAA part 145 certificate may need to be subsequently updated to include rotary and fixed wing platforms covered by the LSFMA contract. 3.Question: With regards to Page 66, (1) Subfactor A - Corporate Capability, (a) Corporate Certifications, If a prime offeror has performed relevant work as a significant subcontractor under a prime contractor's certifications for a relevant contract, will the Government accept other substantiation as a substitution for being certified? Answer: No. AS 9100 and AS9110 require certified processes for the specific contractor performing the work. Using work performed under another contractors certified processes will not be acceptable. (See also Question 2) 4.Question: With regards to Page 66, (1) Subfactor A - Corporate Capability, (a) Corporate Certifications, Can any of the certifications be obtained after contract award? Answer: No. All certifications must be obtained prior to contract award as they are part of the evaluation process. 5.Question: With regards to Page 66, (1) Subfactor A - Corporate Capability, (a) Corporate Certifications, Will the Government consider giving evaluation credit for individual certifications rather than a go/no go evaluation for all of them collectively? Answer: No 6.Item B-0004 and clause at H-12 require manpower reporting but website (https://contractormanpower.army.pentagon.mil) appears to be incorrect. Please clarify. Answer: Yes, the correct website is https://cmra.army.mil. 7.Para H-20.d says definitization of Over&Above items will be based on "the composite labor rate cited in Section B" but no requirement exists in Section B to include a composite labor rate. Please clarify intent. Answer: Over and Above labor costs will utilize the labor rates incorporated into the awarded contract. Further information provided in RFP. 8.Para L-31.2.c lists page limits for the various volumes. It grants an exception for AS9110 and AS9011 audit results as well as for offeror procedures (e.g., Ground/Flight Procedures). Is the table of contents included within the page count limits? Answer: No. Table of contents pages in any volume should be numbered using roman numerals. These pages will not be in the page count and not subject to evaluation. (See also question 18) 9.Para L-31.3.b.1.b.1.c after subpara (v) near bottom of page requires an organization chart of non-TI quality personnel "and data interaction." Please clarify intent of data interaction. Answer: This is requesting an organizational chart and corresponding flow chart of how quality work is processed (e.g., who uses the quality information, who reviews and approves, and what decisions are made from the quality information). 10.Para L-31.3.b.1.b.1.c refers to "...the proposed quality management support approach contained in the overarching Performance Work Statement (PWS)" yet no quality requirements are specified in the PWS. Please clarify. Answer: The quality requirements are outlined in Section E of the draft RFP. 11.Para L-31.3.b.1.b.1.c.v requests information on "demonstrated throughput ratio (reviews/day)." Request clarification on requirement or its intent. Answer: This is only applicable with respect to maintenance and production "line" activities (i.e., when manufacturing or performing significantly repeatable and measurable tasks, quality data should be taken, tracked, and analyzed in accordance with some quantifiable action (reviews/inspections per day or reviews/inspections per system or reviews/inspections per action). It is the Government's intent to determine the method of measurement standard used. 12.Para M-3.a refers to the "mission capability volume" and M-3.c refers to the "mission capability proposal". Please confirm that both references are to the "Corporate Capability" section of the Technical Volume. Answer: This is a typographical error, the reference should be to the technical volume (all parts). 13. CDRL: Block 5 (Contract Reference) refers to paragraph 4.0 of the PWS which does not exist. Recommend changing to paragraph 3.0. Answer: This was a typographical error. Block 5 will be revised to refer to paragraph 3.0 of the PWS. 14.CDRL: Block 16 (remarks) includes tailoring of the content but references it to Blocks 12 and 13 (submission dates). Recommend the section starting with "Format to contain... and Estimate to complete" be referenced to Block 4 instead of Blocks 12 and 13. Answer: No changes will be made to the CDRL. 15.Is it a requirement that the Prime Contractor hold all of the certifications below, or is it acceptable that some of these requirements be met by a Subcontractor teammember? E-7 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT FEB/1999 Insert AS9100, AS9110, ISO9001:2008, ISO 14001, and FAA 145 in the blanks within the above referenced clause. TITLE NUMBER DATE TAILORING QUALITY MANAGEMENT SYSTEMS AS9100(REV C) 2009 N/A AEROSPACE - QMS REQUIREMENTS FOR MAINTENANCE ORGANIZATIONS AS9110(REV A) 2009 N/A QUALITY MANAGEMENT SYSTEMS ISO 9001:2008 2008 N/A ENVIRONMENTAL MANAGEMENT STANDARD ISO 14001 CURRENT N/A FAA REPAIR STATION FAA 145 CURRENT N/A Answer: (See also Question 2) ISO 14001 is deleted as a quality requirement. ISO 9001:2008 The requirement must be held by the prime, partners and subcontractors. AS9100 and AS 9110. These quality standards are specific to aviation, the first standard is aviation manufacturing and the second is maintenance/modification of Aviation. Both are specific to the LSF requirement and are pertinent to performance. There is a need for oversight of contractor facilities to include their procedures and processes from an airworthiness standpoint to insure the work is being done in a proper manner. In a competitive process, especially with an ordering contract, it is necessary to insure that the successful contractor has the appropriate procedures and processes in place at their facility. This allows the Government to know that any work performed under those standards will comply with Airworthiness and safety requirements. This necessitates evaluating the quality provision and processes in the source selection. The Government has chosen the existing industry standards AS9100 and AS9110 that are directly applicable to the contract requirement. The requirements must be met by the prime contractor. FAA Part 145 may be met by the prime or a subcontractor. The Government recognizes that the FAA part 145 certificate may need to be subsequently updated to include rotary and fixed wing platforms covered by the LSFMA contract. 16.Question: Reference L-31.3a) Page 65 - RFP Proposal files Section lists only the allowable page size as 8.5" x 11". Will the Government allow 11" x 17" foldouts for graphics? Answer: No. 17.Question: L-31.3a)(2) Page 65 - Third sentence in this paragraph states "Each file of the proposal shall consist of a Table of Contents, Summary Section, and the Narratives discussion". Is the term "file" to be considered the same as volume? If so, are all these items required for each volume including volume IV? Answer: Yes. 18.Question: L-31.3a)(2) Page 65 - Third sentence in this paragraph states "Each file of the proposal shall consist of a Table of Contents, Summary Section, and the Narrative discussion". Is the required Table of Contents and Summary Section in each file excluded from the maximum page count in volumes I and III? Answer: No. (See Also Question 8.) 19.Question: L-31.3d)(4) Page 70 - The new corporate entities discussion addresses submitting prior contract data from officers and employees. It does not allow data from new entities such as JVs. Will the Government allow prior and current contract data to be submitted from Joint Ventures? If so, will they allow each JV member to submit the same line of three contracts as shown for prime offerors stated in L-31.3d)? Answer: For any new joint venture that has no past performance, the entities comprising the joint venture may submit individual past performance data. The Government does not understand the second question. 20.Question: L-31.3b)(2)-(4) - When does the Government anticipate releasing Sample Tasks 1,2, and 3? Answer: The sample tasks 1,2 and 3 will be released when the draft RFP becomes the final version. 21.Question: How long will the response period be for the Final RFP scheduled for release on or about Feb 15 2012? Answer: The contractors will have 45 days from the date the Final RFP is released to submit their proposals. 22.Question: L-31.3.b)(e) Page 68 - One of the management positions identified in this section does not have a corresponding labor category listed in attachment 0004, "Minimum Requirements for Labor Categories". Will the Government provide the expected roles and duties for the LSF Facility Director? Answer: No 23.Attachment 0004, Minimum Requirements for Labor Categories - The experience requirement for the Director of Safety /Safety Manager states that a person must have Instrument Instructor Experience. This does not appear to be appropriate for a logistics support facility contract which provides aircraft modification/engineering activities. Will the Government remove the Instrument Instructor experience requirement? Suggest experience as Maintenance Test Pilot be substituted for Instrument Instructor. Answer: Attachment 0004 will be revised to remove the Instrument Instructor Experience requirement. 24.L-31.3.d) and M-4.C.3 - Both these RFP sections state that submitted contracts must/should be in current performance or "awarded" during the past 3 years. Putting a time limit on contracts awarded within the past 3 years severely limits the usable contracts available for most bidders. Will the Government change the "awarded" requirement to the more standard solicitation requirement of "completed" within the past 3 years? Answer: These sections will be revised to show "awarded and/or completed" during the past 3 years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/674337fccce332b602370c45b47851a7)
 
Record
SN02665154-W 20120203/120201234212-674337fccce332b602370c45b47851a7 (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.