Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
MODIFICATION

M -- ENGINEERING FABRICATION SERVICES

Notice Date
7/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12414076R
 
Response Due
7/10/2012
 
Archive Date
7/5/2013
 
Point of Contact
Dana Altmon-Cary, Contracting Officer, Phone 281-483-8228, Fax 281-483-4066, Email dana.altmon-cary-1@nasa.gov - Jonathan P. Prihoda, Contract Specialist, Phone 281-244-6959, Fax 281-483-4173, Email jonathan.p.prihoda@nasa.gov
 
E-Mail Address
Dana Altmon-Cary
(dana.altmon-cary-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is Modification 6 to the synopsis entitled Engineering Fabrication Services (EFS), NNJ12414076R, which was posted on May 25, 2012. The purpose of this modification is to address questions asked about the Draft SOW and DRDs. Question 1:In the synopsis dated May 25, 2012, the Government states: The base ordering period is February 1, 2013 to January 31, 2016. A single, two-year option will be established from February 1, 2016 to January 31, 2017. Should the two-year option run from 2016 to 2018? Answer 1:Yes, the two-year option will run from February 1, 2016 through Jan 31, 2018. Question 2:Would the Government consider hosting the Pre-Proposal conference before the Final Request for Proposal instead of the currently scheduled 1 weeks after final RFP release, which is only 3 weeks before proposals are due? Answer 2:The pre-proposal conference will be held on July 16, 2012. At this time, the schedule will remain the same. Any changes to the schedule will be posted on the Engineering Fabrication Services (EFS) website. Question 3:In the synopsis dated May 25, 2012, the Government states that: This contract will be a 100% Indefinite Delivery, Indefinite Quantity (IDIQ), Cost-reimbursement contract. Will the offeror be provided a Task Order for Program Management and Administrative tasks listed in SOW 1.0 and in particular, SOW 1.1, INNOVATION? A 100% IDIQ environment may tend to limit an offerors approach to contract management and innovation. Answer 3:The Offeror will be provided a Task Order for Program Management and Administrative Tasks listed in the SOW 1.0, however the offeror is free to propose alternate approaches which reduce cost or increase performance/value to the Government. Question 4:Please verify whether the contractor must be AS9100 registered or compliant; especially with regard to wording in SOWs 1.13 and 2.0. Answer 4:Contractor does not have to be AS9100 registered. However, the contractor shall be compliant with the requirements of AS9100. Question 5:For Supply Chain / Outsource Supplier purposes, is ITAR registration required? Answer 5:ITAR registration is not required. However, the Contractor Supply Chain shall be expected to adhere to US Export Control requirements. Question 6:SOW 1.13, second paragraph states that The contractor shall provide inspection services on all work performed either in-house or outsourced. Will there be a requirement to use on-site personnel for inspection services (i.e., JSC representatives or other contractor personnel, such as Quality Assurance/Engineering)? Answer 6:The SOW is specifically addressing that the Contractor will be required to perform the in-line Quality Assurance functions and have personnel capable of operating sophisticated measuring equipment such as Coordinate Measuring Machines (CMMs) and Laser Trackers. The Contractor will also be required to interface with on-site Government or other contractor personnel, for controlled hardware acceptance. Question 7:For SOW 1.20, please define IPC. Answer 7:IPC is an organization, formerly known as Interconnections and Packaging Electronics Circuits, who publishes and maintains standards, specifications, and guidelines for Electronics Industry. Question 8:Under SOW 2.1.1, how is work input controlled for Fabrication Express? The last paragraph implies that Fabrication Express work does not route through Production Control. Also, will the Government provide technical documents through the technical library regarding Fabrication Express activities? Answer 8:The Government will not provide technical documents through the technical library regarding Fabrication Express (also known as Fab Express). The Work that meets the defined criteria for Fab Express is initiated on a simplified form and is on a first come first serve basis but is not routed through formal Production Control. Fab Express work could require the use of standard technical library documentation; however Fab Express does not have its own set of technical documentation. Question 9:For SOW 3.0, will the Government provide clarification on labor category definitions for Manufacturing Engineering, Design, and Engineering support? Many Manufacturing Engineers on-site are non-degreed, whereas Engineering Support implies degreed Engineer requirements. Answer 9:The Government will provide Standard Labor Categories as part of the RFP. Question 10:Will selected, allowable, existing DRDs be posted in the EFS Tech Library? Answer 10:The DRDs for this procurement will be provided in the Solicitation. DRDs from the current ESC contract will not be posted in the EFS Tech Library. Question 11:Please clarify which DRDs are due with the Proposal. Should we assume that the draft DRDs provided on May 25, 2012, are the only DRDs due with the proposal and others mentioned in the SOW will be due during phase-in or after contract start? A list of DRDs and associated due dates is provided below for clarification: DRD-MGMT-01, Management and Staffing Plan (no due date shown in draft) DRD-MGMT-05, Phase-In Plan (no due date shown in draft) DRD-MGMT-09, Total Compensation Plan (due with proposal) DRD-MGMT-10, OCI Mitigation Plan (no due date shown) DRD-SMA-02, Safety & Health Plan (no due date shown) DRD-PROP-01, Government Property Management Plan (shows initial due with proposal; final due 30 days after award) Others contained (in order of appearance in the draft SOW), but drafts not yet provided: DRD-MGMT-03, Contract Management Report / Reviews (monthly) DRD-MGMT-06, Wage, Salary, and Fringe Benefit Plan DRD-MGMT-07, Labor Relations Plan DRD-MGMT-08, Notification of Potential Labor Dispute and Contingency Strike Plan DRD-BP-01, Contractor Financial Management Report DRD-MGMT-11, Technology, Innovations, and Process Improvement Plan and Report (TIPI) Plan DRD-SMA-03, Safety & Health Program Self-Evaluation DRD-SMA-05, Lessons Learned Program Plan DRD-EV-01, Environmental and Energy Consuming Product Compliance Reports DRD-PROP-03, Resources and Inventory Control Management DRD-CM-01, Manufacturing Equipment Data Package Requirements DRD-SMA-01, Quality Plan DRD-SMA-04, JSC NASA-Advisory/GIDEP Documents Status Tracking System DRD-PM-01, Preventative Maintenance Plan Also, should offerors expect other DRDs not currently mentioned such as: Configuration Management Plan External Customer Plan Answer 11:The documents posted as draft documents in a previous posting are likely to be required with the submission of the proposal. A final determination of which DRDs are required, and when those DRDs must be submitted, will be provided in the Solicitation. Question 12:DRD-MGMT-05 begins lettered paragraphs under 8. Preparation Information at C. Should the proper numbering start at A? Yes Similarly, DRD-MGMT-11 begins lettered paragraphs at I SCOPE, and J CONTENT and DRD-SMA-02, begins at O. Answer 12:Yes, the proper sequence should start at A. The DRDs referenced above have been reviewed and are corrected in the solicitation. Question 13:Will the Government identify all manufacturing-specific Information Technology (IT) systems and tools used in support of EFS, particularly if they are managed locally for Buildings 9 and 10 tasks? Answer 13:IT systems and tools used in the support of EFS will be identified in the solicitation. Question 14:Under SOW 1.0, fourth paragraph, will the Government require the contractor to provide a financial management system or does the Government currently use an EFS-specific financial system? Answer 14:The expectation is that the contractor will possess an adequate accounting system. FAR 16.301-3 requires the Government to ensure a contractors accounting system is adequate for determining costs applicable to the contract prior to award of a cost-reimbursable contract. Question 15:What is the contractors role for purchasing and installing new equipment? Answer 15:When a purchase is approved by the Government, the Contractor will be responsible for purchasing the new equipment and coordinating all activities for installation in the JSC facility. Question 16:Are there requirements for commercialization efforts? If so, please provide details. Answer 16: It is currently anticipated that JSC fabrications efforts are to be focused on supporting existing in-house and contractor hardware development activities. However, it is expected that any available shop excess capacity could be used to support a growing commercialization capability and NASA is willing to consider any options or alternatives which promote these efforts. Question 17:Please explain the streamlined procurement procedures. The reference PowerPoint slides states that a streamlined acquisition process was developed as an alternative to the current SEB process for less complex procurements under $50 million. The solicitation states the maximum contract value for EFS, including all options, is $98.15 Million. Can the streamlined procurement process be used for procurements over $50 Million? Answer 17:The SLPT process was developed primarily for less complex procurements under $50M, however it can be used for other acquisitions. In general the goals of the SLPT procurement are to simplify the RFP proposal development requirements and to reduce both the Offerers as well as the Government proposal development and review time. This approach also lessens Offerer proposal expenses and shortens the overall procurement cycle time to award. Question 18:What is the contractors role for purchasing and installing new equipment? Answer 18:When a purchase is approved by the Government, the Contractor will be responsible for purchasing the new equipment and coordinating all activities for installation in the JSC facility. Question 19:Are there requirements for commercialization efforts? If so, please provide details. Answer 19: It is currently anticipated that JSC fabrications efforts are to be focused on supporting existing in-house and contractor hardware development activities. However, it is expected that any available shop excess capacity could be used to support a growing commercialization capability and NASA is willing to consider any options or alternatives which promote these efforts. These Questions and Answers will also be available for download via the EFS Procurement website located at http://procurement.jsc.nasa.gov/efs/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12414076R/listing.html)
 
Record
SN02794596-W 20120707/120705234931-dd3e8c25d1e3ed8c4450236d2ea6b7a7 (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.