Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2012 FBO #3984
MODIFICATION

15 -- Combat Rescue Helicopter (CRH) - Solicitation 1 - Solicitation 1

Notice Date
10/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-12-R-2400
 
Response Due
1/3/2013 3:00:00 PM
 
Point of Contact
Lisa M. Meyer, Phone: 937-255-4093, William R. Keaney IV, Phone: 937-255-4180
 
E-Mail Address
CRH@wpafb.af.mil, CRH@wpafb.af.mil
(CRH@wpafb.af.mil, CRH@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CRH Offeror RFP Question Format Sec M - Eval Factors for Award Sec L, Attachment 14 - DCMA 14 Point SHA Macro Sec L, Attachment 13 - Past Performance Client Authorization Ltr Sec L, Attachment 12 - Past Present Performance Questionnaire Sec L, Attachment 11 - Past Performance Sample Questionnaire Corp Cover Ltr Sec L, Attachment 10 - Past Performance Sample Consent Letter Sec L, Attachment 9 - Past Performance Questionnaire Tracking Record Sec L, Attachment 4 - CEO Certification Ltr Sec L, Attachment 3 - Past Performance Information Tools Sec L, Attachment 2- CRH Cross Reference Matrix Sec L, Attachment 1 - TEP Workbook Sec L, Instructions to Offerors Sec J, Exhibit B CDRL OMIT Sec J, Exhibit A CDRL Non-Omit Sec J, Attachment 32 - Listing of Licenses for CLIN 0006 Sec J, Attachment 31 - TMCR Sec J, Attachment 30- 2794 Contract RDT RFP Sec J, Attachment 29- 2794 Contract Sub FRP Sec J, Attachment 28- 2794 Contract Prime FRP Sec J, Attachment 27- 2794 Contract RDT LRIP Sec J, Attachment 26- 2794 Contract Sub LRIP Sec J, Attachment 25- 2794 Contract Prime LRIP Sec J, Attachment 24- 2794 Contract RDT EMD Sec J, Attachment 23- 2794 Contract Sub Sec J, Attachment 22- 2794 Contract Prime EMD Sec J, Attachment 21 - Training System SE Listing Sec J, Attachment 20 - CRH IMP Sec J, Attachment 17 - RSP Kit Listing Sec J, Attachment 16 - Training System Spares Listing Sec J, Attachment 15 - Aircraft SE Listing Sec J, Attachment 14 - Aircraft Spares Listing Sec J, Attachment 13 - Base Support Agreement Sec J, Attachment 12 - CLIN and SOW Matrix Sec J, Attachment 11 - QASP Sec J, Attachment 10 - SE Mobility Package Kit Sec J, Attachment 8 - Restrictions on Tech Data and Computer Software Sec J, Attachment 7 - VIQ Matrix Sec J, Attachment 6 - LFTE Assest List Sec J, Attachment 5 - AFMC Form 158 Sec J, Attachment 4 - DD Form 254 Sec J, Attachment 3 - SOW CRH RFP Section A thru K CRH RFP Cover Letter Executive Summary for Request for Proposal (RFP) FA8629-12-R-2400, Combat Rescue Helicopter (CRH) Program: 1. The Government invites your company to submit a proposal in response to the subject RFP. This program will replace the USAF aging HH-60G Pave Hawk helicopter fleet with new air vehicles, training systems, and product support as required for the Personnel Recovery (PR) mission. The requirement is for 112 new air vehicles (most probable quantity); however, the RFP has been structured to handle fluctuations of quantities. 2. The CRH system acquisition (air vehicles, training systems, and product support) will use a single Federal Acquisition Regulation (FAR) Part 15 contract with a planned award in the fourth quarter of FY13. If all options are exercised, the period of performance will span approximately 14 years and will include the development, integration, production, and initial sustainment of the entire CRH system. The contract will be Fixed-Price Incentive Firm (FPIF) for Engineering and Manufacturing Development (EMD) and FPIF options for Low Rate Initial Production (LRIP). Full Rate Production (FRP) options will be Firm Fixed-Price (FFP). A small portion of the contract will be a combination of FFP and Cost Plus Fixed Fee (CPFF) in order to cover "over and above" repairs and studies and analyses. A total of nine air vehicles will be procured during EMD, 18 air vehicles in LRIP, and the remaining quantity (85) will be procured during FRP assuming all options are exercised at the most probable quantity. 3. The competitively awarded CRH contract will incentivize you to reduce costs and share in the savings through the FPIF contract during EMD and LRIP. The FPIF arrangement includes a mandatory profit at target cost of 11% for a cost incentive with a mandatory ceiling percentage of 120% and a mandatory 50/50 share ratio. In addition, 1% of target cost has been set aside for schedule performance incentive. 4. You are hereby notified that all amendments to this RFP, along with any notices pertaining to this RFP, will be provided via electronic means only. All amendments and notices will be posted on the Federal Business Opportunities website (FedBizOpps) at www.fbo.gov. It is your responsibility to access the information. No paper copies will be distributed. 5. To receive a copy of the classified annex to the System Specification, you need to send your request to the CRH mailbox, CRH@wpafb.af.mil, with the following information to receive the CRH Classified Annex: Company Name, Company CAGE Code, Classified Mailing Address for the Outer Envelope, and Classified Mailing Address for the Inner Envelope with a Point of Contact. 6. This source selection is conducted in accordance with (IAW) FAR Part 15, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), Air Force Federal Acquisition Regulation Supplement (AFFARS), and the Department of Defense (DoD) Source Selection Procedures, 04 March 2011, and Air Force Mandatory Procedures 5315.3, 04 May 2011. The basis for award is as specified in Section M (Basis for Contract Award) of the RFP. The Government anticipates awarding one contract based upon the best value to the Government. The Government anticipates conducting discussions prior to awarding a contract. However, you should ensure that your proposals are complete and comply with all requirements of the RFP's Section L, Information to the Offerors. Discussions will be conducted with offerors determined to be within the competitive range. The tentative award date is NLT 28 Sep 2013 and the Government requests that the proposals remain valid until 30 Sep 2013. 7. The Contracting Officer has initially determined that adequate price competition is anticipated for this source selection; certified cost or pricing data is not currently required. If it is determined that certified cost or pricing data is necessary, you will be asked to provide such data within 30 calendar days of the request. 8. A few minor changes to the Government requirements and program direction throughout the RFP development process have been made. All previous discussion and exchanges of information are superseded by this formal RFP. You are cautioned to examine the RFP closely, comparing it to the previous draft versions. In addition, your continuous review of the FedBizOpps website is necessary to know of the latest information pertaining to the RFP. 9. If you determine that the technical requirements of this RFP require clarification(s) in order to submit a responsive proposal, these questions shall be submitted in writing by 13 Nov 2012. Government responses or any amendments that may be generated will be posted within five business days. 10. Your proposal must be received by the Government at the address contained in Section L, paragraph 2.14., not later than 3:00PM Wright Patterson AFB OH local time, on 3 Jan 2013 for all volumes. These mandatory response times are located on the "Solicitation, Offer and Award," cover page, Block 9. 11. In accordance with FAR 15.201(f), and to ensure a fair competition and to maintain integrity in the RFP process, all questions and/or correspondence shall be in writing to the undersigned as the sole point of contact. No verbal or written communication with any Government personnel or activity other than the Contracting Officer is permitted. All contacts or briefings concerning the program by industry are no longer allowed outside of the formal source selection process. Address your correspondence to the attention of the undersigned at the above address or by email to the CRH mailbox: CRH@wpafb.af.mil. 12. Offerors are requested to use the posted "CRH Offeror RFP Question Format" in submitting questions in writing to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-12-R-2400/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, United States
 
Record
SN02916353-W 20121021/121019233751-7bc00ae4470a27d75318b86c34ba35c6 (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.