Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
MODIFICATION

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

Notice Date
3/1/2012
 
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
3/1/2013
 
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 prevoius notice to the draft RFP is to answer additional questions. Questions 1 through 24 have previously been answered. 25.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 questions 2, 3, 15 and 28. 26. Will the 50% limitation on Subcontracting Requirement below be enforced at the delivery order level or at the total contract level? In other words, can a Prime Contractor subcontract out more than 50% on a specific delivery order as long as it maintains a 51% or higher workshare on the total contract? I-28 52.219-14 LIMITATIONS ON SUBCONTRACTING DEC/1996 Answer: The limitations on subcontracting requirement will be enforced at the total contract level. Additional information will be provided in the RFP. 27.The AMCOM clause incorporated at G-2 (52.242-4001 PREPARATION AND DISTRIBUTION OF DD FORM 250) includes a mailing address, implying a need to execute hardcopy documents in addition to the WAWF submission required via G-1 (52.232-4003 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS). Will hardcopy be required? If hardcopy is supplanted by WAWF by adding appropriate organization DODAACs, recommend updating the clause (or noting deviation for the hardcopy mailing portion of it). Answer: This clause at G-2 has been removed from the RFP, therefore hard copy will not be required. 28.In the most recent amendment to the draft RFP, the Government states that the AS 9110 and AS 9100 certifications required under FAR 52.246-11 must be met by the prime contractor. Since we intend to submit our proposal as a Joint Venture, will the Government allow the ISO 9001, AS 9100 and AS 9110 certifications that are held by the individual owners of a Joint Venture to be attributed to the Joint Venture as the Prime Contractor for purposes of satisfying Subfactor A-Corporate Capability, (a) Corporate Certifications and FAR 2-246-11? Answer: Offerors should ensure their approach complies with the "Limitation on Subcontracting clause 52.219-14". This procurement is a total small business set-aside, joint ventures contemplating the submission of a proposal in response to this request for proposal should be mindful of 13 CFR 121.03(h)(3). 29.Reference Draft RFP, Page 66, subfactor A - Corporate capability: Will the Government consider modifying the current corporate capability requirements - as pertains to both certifications and the industrial facility requirements - such that a demonstrated composite team capability with regard to meeting these is satisfactory and eligible for award? In conjuction with this question, we offer a suggestion in the form of implementing a Minimum Capabilities Matrix (MCM) along the lines of the enclosed sample, which could be used to ensure all desired certifications and industrial facility capabilities are satisfactorily met. Answer: No, the RFP requirements will remain as stated. The offeror is responsible for providing a proposal that meets the requirements. This requirement is a Small Business Set Aside that requires the prime contractor entity to be certified to AS 9100, AS 9110, and ISO 9001:2008. The requirement for FAA Part 145 Certification may be met by a subcontractor. The facility requirements are listed in Section L. The proposal will be evaluated in accordance with Section M. 30.Reference - Draft RFP, page 66, Subfactor A - Corporate Capability: With regard to the requirement for AS9100/AS9110 substantiation, we understand that certification is a requirement to bid this program. However, a company newly certified to AS9100/AS9110 may not yet have the history and artifacts needed to adequately answer the RFP requirements. Since over 85% of the AS9100/AS9110 requirements are the same as ISO 9001 requirements, would the Government also consider the use of ISO 9001 historical data (audit results, quality monitoring, SIP, process improvements, etc.) as valid substantiation of an adequate corporate quality system? Answer: No, the RFP requirements will remain as stated. The offeror is responsible for providing a proposal that meets the requirements. This requirement is a Small Business Set Aside that requires the prime contractor entity to be certified to AS 9100, AS 9110, and ISO 9001:2008. The requirement for FAA Part 145 Certification may be met by a subcontractor. The facility requirements are listed in Section L. The proposal will be evaluated in accordance with Section M. 31.Reference - draft RFP, Page 68, Subfactors B, C, and D - sample tasks 1, 2 and 3 respectively: It would be very helpful if the Government provides a pricing template in advance. Will the Government do so? Answer: No, the pricing template (Exhibit D) will be released with the formal RFP. This exhibit contains both the contract rate matrix as well as the pricing templates for the sample tasks. 32.Draft RFP, Page 68, Subfactors B, C, and D - Sample Tasks 1,2 and 3 respectively: A 500 page proposal due within 45 days is a significant resource impact on a small business. Will the Government provide drafts or early release of sample tasks? Answer: No, the Government intends to release the sample tasks with the formal RFP. 33.Reference - Draft RFP, Page 69, (1) Contract Rate Pricing: Will the government require that separate rates be submitted for the prime and each teammate or will one composite rate deck from the prime and all teammates be requested? Answer: It is the Government's intention is to have FFP and CPFF rate tables that are inclusive of subcontractors proposed as team members by the prime contractor. The offerors should include the impact of any subcontractor performance and temporary labor into the proposed rate table.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/07dfaefb0a4a1120b2d5fc80ddf6f67f)
 
Record
SN02686696-W 20120303/120301234817-07dfaefb0a4a1120b2d5fc80ddf6f67f (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.