MODIFICATION
A -- AIR-4.11_ATCLS_AOOSS - Amendment 1
- Notice Date
- 5/22/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-18-R-0024
- Point of Contact
- Rhonda Garcia, Phone: 301-757-0754, Cindy A Wilson, Phone: 301-757-1128
- E-Mail Address
-
rhonda.garcia@navy.mil, cindy.wilson@navy.mil
(rhonda.garcia@navy.mil, cindy.wilson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Revised Attachment P2 Revised Attachment P1 Amendment #1 GOVERNMENT RESPONSE TO RFP QUESTIONS: 1. Attachment 5 WD 15-4279 rev 5; Attachment 6 WD 15-5635 rev 8 - The RFP provides WD rate scales for San Diego and St. Mary's County. If the Contractor has other locations being proposed, should they utilize the appropriate WD for the applicable location? Government response - Please see Section A of the revised solicitation. 2. Section L, paragraph 3.0 Proposal Content and Volumes, page 95 of 115; Section L, paragraph 1.3.1 Transition Plan, page 99 of 115; Section M, paragraph 1.3 Management Approach, page 110 of 115 - The referenced paragraph in Section L provides detailed instructions concerning the required contents of a Transition Plan, but there does not appear to be any specific evaluation criteria for this item in Section M. Would the Government consider providing specific evaluation criteria for the Transition Plan? Also, given the detailed requirements of the Transition Plan in Section L, is the Transition Plan included in the page count of the Management Approach? Government response - The transition plan is included in the page count of the Management Approach and will be evaluated as stated in the Section M Part B 1.3 Management Approach. 3. Section G Contract Administration Data, G-TXT-Pay Payment Instructions (FEB 2018), page 58 of 115 - Since this contract will be awarded Cost Plus Fixed Fee (CPFF) Term Level of Effort (LOE) we are requesting the deletion of "G-TXT-PAY Payment Instructions (FEB 2018)" chart from the Solicitation due to the references not being applicable or in line with Section B CLIN cost types. If the Government concurs with the chart removal, we would like to suggest the incorporation of PGI 204-7108(d) 12-Other into the RFP. Government response - The Government has received and considered the respondent's suggestions, but the payment instructions remain as provided in the RFP. 4. Section L, Part B Specific Instructions, page 97 of 115; Section L, 1.3.2 Small Business (SB) Utilization Strategy, page 100 of 115 - Section L, page 100, states goals within the Small Business Utilization Strategy shall be presented in both dollars and percentages, relative to total contract value. Part B Specific Instructions states that "Cost or pricing information shall only appear in the Price/Cost volume". Please confirm that while the Small Business Subcontracting Plan and Small Business Utilization Strategy are an Annex to the Technical Volume, they are standalone/separate documents and may containing pricing information. Government response - Please see Sections A and L of the revised solicitation. 5. Attachment P1 Cost Summary - Per the instructions, the contractor is to complete the Summary tab to break out all costs by CLIN corresponding to the CLIN structure shown in Section B. The CLINS shown on the Summary tab do not reflect the CLINs shown in Section B. Is the contractor expected to modify the Summary tab to reflect Section B? Would the Government please clarify? Government response - Please see Section A and Section J Attachment P1 of the revised solicitation. 6. Attachment P1 Cost Summary - The referenced model includes a tab labeled "Cost Spreadsheet Completion" however there no completion work to be proposed. Would the Government please clarify what is to be included on the Cost Spreadsheet completion tab? Government response - Please see Section A and Section J Attachment P1 of the revised solicitation. 7. Attachment P1 Cost Summary, page 2, item 5 - The "Cost Spreadsheet (LOE)" tab includes columns for Years 1 through Year 5, Option 1 and Option 2. The RFP specifies the period of performance as 5 years and a 6-month option. The Government's model includes an Option 2. Would the Government please clarify what is to be shown in Option 2? Government response - Please see Section A and Section J Attachment P1 of the revised solicitation. 8. Attachment P2 Instructions - Instruction in Column Area D states utilize the position number found on Attachment XX. Request that the Government define Attachment XX. Government response - Please see Section A and Section J Attachment P2 of the revised solicitation. 9. Attachment P2 - Is it the Government's intention that the table "Prime Burdened Labor Rates" in P2 include Prime and Subcontractor Fully Burdened Rates? Government response - Attachment P2 should include Prime Burdened Labor Rates for the Prime and all subcontractors. 10. Section L, Paragraph 3.5.1 ODCs, page 104 of 115 - There is approximately 11% difference between the total CLIN estimated cost and the sum total of the five years shown in the table. Is it the governments intent for those differences to be used for pricing the 6-month extension? Government response - Please see Sections A and L in revised solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-R-0024/listing.html)
- Place of Performance
- Address: St. Inigoes, Maryland, 20684, United States
- Zip Code: 20684
- Zip Code: 20684
- Record
- SN04930764-W 20180524/180522230939-48f28c136fdc26ce744fe4541e45b66d (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 |