Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
MODIFICATION

15 -- T-38C Escape System Upgrade Program (ESUP)

Notice Date
1/21/2005
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
BLDG 11A, Room 201-I 1970 Monahan Way WPAFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8617-04-R-6154
 
Response Due
1/31/2005
 
Archive Date
7/30/2005
 
Small Business Set-Aside
N/A
 
Description
UPDATE (1-20-05) FOURTH AMENDMENT TO ESUP FINAL RFP POSTED Changes to the T-38C Escape System Upgrade Program Final RFP have been posted as Amendment 4. No time extension is anticipated as a result of these changes. The following is a summary of the major changes: The following sentences were added to Section L, Paragraph 3.3.3 (a) and are written in pink to distinguish them from previous amendments: "The offeror may provide a seat-cover to protect the identity of their seat. Seats must not include any visible markings/decals/data plates identifying its manufacturer; these markings must be removed or covered prior to delivery." The following sentence was added to Pricing Exhibit PA: "The Government anticipates a delivery date of 9 MARO for the Integration Testing Shipsets." Lastly, although it is not an amendment, the ESUP_Model_Contract_Clauses_Changed.doc document has been corrected to more accurately reflect the clauses that were changed. Please note, this document was provided for informational purposes only in an attempt to assist the offerors. In the event of a discrepancy between supporting documentation such as this listing and the RFP, the RFP takes precedence. The corrected document has been reposted. If you have any questions or concerns, please contact one or, preferably, both of the contractual POC+s listed below. Please remember to begin any email subject line with "ESUP". Contractual POC: Sally Meyer, Contracting Officer, sally.meyer@wpafb.af.mil, 937-904-4304, or Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (1-13-05) THIRD AMENDMENT TO ESUP FINAL RFP POSTED Changes to the T-38C Escape System Upgrade Program Final RFP have been posted as Amendment 3. The following is a summary of the major changes: 1) Section K, AFMC 5352.215-9007 USE OF NON-GOVERNMENT ADVISORS (AFMC) (NOV 1998), the following list of firms supplying non-government advisors was added to the clause: Anteon International Corporation ARINC Incorporated Camber Corporation General Dynamics Corporation MTC Technologies Sumaria Systems, Inc. 2) Several changes were made to Section L. Passages in green type represent third amendment changes. Red type still represents first amendment changes, and blue type still represents second amendment changes. Offerors should not rely only upon the color coding system to identify changes; all offerors are responsible for adhering to all instructions provided in the original RFP and all amendments. The major changes to Section L are as follows: 1) References to a "C" type contract with options were replaced with appropriate IDIQ language. 2) Additional instructions for the cross-reference matrices are provided in Paragraph 2.1.5.8. 3) Additional information regarding the packing procedure is provided under Paragraph 3.3.1 (b) (6). 4) It became apparent that it would be impractical to draw numbers at the time of proposal receipt. Therefore, in the paragraph 3.3.3 (e), the following sentence, "Offerors will draw a number at delivery of the proposal to determine the sequence of the evaluation." is replaced with "Through random selection, the Government will determine the order in which the seats will be evaluated. Offerors will be provided an approximate date for the beginning of their seat evaluation via email once Volume II - Past Performance of their proposal is received." 5) The following passage was added to paragraph 2.1.5.4 (g), "This restriction does not apply to PDF files submitted for the Pedigree documentation. For the Pedigree documentation, PDF files with textual search and copy functions shall be submitted to the maximum extent practicable. However, in situations where submitting an "image" is the only option available, it is acceptable to do so." If you have any questions or concerns, please contact one or, preferably, both of the contractual POC+s listed below. Please remember to begin any email subject line with "ESUP". Contractual POC: Sally Meyer, Contracting Officer, sally.meyer@wpafb.af.mil, 937-904-4304, or Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// Update (1-11-05) CONTRACT TYPE CHANGED TO IDIQ ON-LINE CERTIFICATIONS AND REPRESENTATIONS APPLICATION (ORCA) REQUIREMENT ADDED CLARIFICATION REGARDING PAST PERFORMANCE The Government has amended the RFP to change the contract type from a "C" type contract to an Indefinite Delivery Indefinite Quantity (IDIQ) type contract. As these changes are essentially a restructuring of the pricing tables from within the H clauses to Pricing Exhibits and a change in ordering procedures, no RFP schedule changes are being made. These changes are hereby posted as the second amendment to the RFP. In addition, the Government has enacted a few other changes in order to comply with the new ORCA requirement that became effective on 1 Jan 2005. As a result, the following documents have been changed: 1) The model contract 2) Section K, Certifications and Representations 2) Section L The changes in the clauses in the model contract are listed in these two documents, ESUP_Previous_Section_H_vs_Pricing_Exhibits.doc and ESUP_Model_Contract_Clauses_Changed.doc. Several exhibits, e.g. PA-PQ, have been created to replace the majority of the H clauses, and are included in the .pdf version of the model contract. In addition, MS Excel versions of the documents have been posted on PIXS in .zip file, ESUP_IDIQ_Pricing_Exhibits.zip. If you are unable to access the Excel files, please contact one of the contractual POC+s listed below for assistance. Offerors are asked to utilize the new tabular format for the pricing. The tables may need to be adjusted, changed to landscape mode, etc. to accommodate your dollar values. This is a perfectly acceptable approach. The DD Form 1423+s, Exhibit A, include the changes from Amendment 1. Exhibit B is the list of support equipment that originally appeared in SCR H-118. The Statement of Objectives, Attachment 1, has not been changed, but is serving as a placeholder for the contractor proposed Statement of Work. A paragraph with information regarding ORCA has also been posted as ORCA_Information.doc. The clause added to Section K can be found within that section and is referenced in the ESUP_Model_Contract_Clauses_Changed.doc document. Section L has been posted in its entirety with all the Amendment 1 and Amendment 2 changes incorporated. Amendment 1 changes are in red; Amendment 2 changes are in blue. Due to an ambiguity in the RFP regarding the Past Performance Questionnaires, the Government would like to highlight a couple key passages from the original RFP, and two key changes to the RFP document. In paragraph 4.1.1 (b) (6), Section L of the RFP states "All Past Performance Questionnaire Tracking Records shall be submitted with the offeror+s proposal as an addendum to Volume II. This exchange/contact between the offeror and its POCs shall cease upon submission of the offeror?s proposal to the Government in response to this RFP." In Attachment 4 to Section L, it states, "We are seeking at least two POC?s, per relevant contract, to submit a completed Present/Past Performance Questionnaire directly to the Government no later than [OFFEROR FILL-IN RFP CLOSING DATE (30th calendar day after RFP release)]." Because these statements do not provide a clear and unequivocal cutoff date for receipt of the Past Performance questionnaires, the Government has amended these passages to remove the ambiguities/discrepancies. The due date for Past Performance questionnaires is the RFP closing date of 31 Jan 2005 at 12:00 pm EST. In addition, the phone and fax numbers associated with submittal of these documents has been changed to reflect the current location of the Government POC. Offerors may need to contact their potential respondents to ensure that the respondents have the correct phone and fax numbers. Also, as was previously mentioned, a list identifying respondents to Past Performance Questionnaires will be provided to each respective offeror in the near future to aid in your tracking of these responses. If you have any questions or concerns regarding this amendment or any aspect of the ESUP program, please contact one or both of the contractual POC+s listed below. Please remember to begin any email subject line with "ESUP". Contractual POC: Sally Meyer, Contracting Officer, sally.meyer@wpafb.af.mil, 937-904-4304, or Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (1-5-05) PAST PERFORMANCE QUESTIONNAIRES All potential offerors are asked to provide a list of all the customers and subcontractors+ customers expected to provide past performance questionnaires for the ESUP source selection. This will enable the Government to provide timely feedback regarding any questions about receipt of these questionnaires and will help us to provide a tally of the received questionnaires. All offerors are still responsible for ensuring that questionnaires are received prior to the deadline. If you have any questions or concerns, please contact one or, preferably, both of the contractual POCs listed below. Please remember to begin any email subject line with "ESUP". Contractual POC: Sally Meyer, Contracting Officer, sally.meyer@wpafb.af.mil, 937-904-4304, or Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //End of Update// UPDATE (12-21-04) FIRST AMENDMENT TO ESUP FINAL RFP POSTED Changes to the T-38C Escape System Upgrade Program Final RFP have been posted as Amendment 1. In addition, answers to various questions and clarifications have also been posted to clarify the changes found in the amendment and to respond to questions or clarifications that did not result in a change to the RFP. An amendment changing the contract type from a "C" type contract to an "IDIQ" type contract is still planned to be released in the near future. Due to the potential for inclement weather and various other factors, this amendment may be released following the December 25th holiday rather than before. For the convenience of the offerors, this amendment will be a re-release of all documents and will include all changes set forth in the first amendment as well as those changes planned for the second amendment. If you have any questions or concerns, please contact one or, preferably, both of the contractual POC+s listed below. Please remember to begin any email subject line with "ESUP". Contractual POC: Sally Meyer, Contracting Officer, sally.meyer@wpafb.af.mil, 937-904-4304, or Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (12-14-04) TECHNICAL MANUAL CONTRACT REQUIREMENTS POSTED The technical manual contract requirements (TMCR) document referenced in the Final RFP is hereby posted for your use. If you have any questions or comments, please contact the contractual POCs listed below. Please begin any email subject heading with "ESUP". Contractual POC: Sally Meyer, Contracting Officer, sally.meyer@wpafb.af.mil, 937-904-4304, or Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (12-13-04) FINAL RFP IN WORD FORMAT POSTED FOR YOUR CONVENIENCE The final RFP for ESUP has been posted in word format for your convenience. In the unlikely event that there is a difference between the word documents and the .pdf documents, the .pdf documents take precedence. If you have any questions or comments, please contact the contractual POCs listed below. Please begin any email subject heading with "ESUP". Contractual POC: Sally Meyer, Contracting Officer, sally.meyer@wpafb.af.mil, 937-904-4304, or Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (12-03-04) QUESTIONS AND ANSWERS RELATED TO THE SECOND DRAFT POSTED The Questions and Answers related to the second draft of the RFP are hereby posted. These two documents are for informational purposes only and have been posted to provide insight into some of the changes made from the second draft to the final solicitation. They are not a complete list of the changes made. In addition, aside from a few clarifications, all of this information should all ready be contained in the final RFP. Please note that in the event of a conflict between what is said in the Questions and Answers and what is written in the solicitation, the solicitation takes precedence. If a conflict does exist and an offeror requires clarification, please contact one of the contractual POC+s listed below for assistance. Contractual POC: Sally Meyer, Contracting Officer, sally.meyer@wpafb.af.mil, 937-904-4304, or Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (12-1-04) REVISED FINAL RFP POSTED A revised copy of the Final RFP has been posted. The documents are now in the proper order and several "Draft" notations have been removed. No other changes have been made to the document. Please note that this is a huge file, and may not open in your browser window in a timely manner. You may need to save the file to your computer prior to reviewing the documentation. //END OF UPDATE// UPDATE (11-30-04) FINAL RFP RELEASE The final RFP is hereby released. Please note Section L was accidently duplicated and there are two identical file copies. In addition, the document sections, most notably, the PCO letters, are out of order due to software glitches. //END OF UPDATE// UPDATE (11-05-04) SECTION L AND M, CLINs and SECTION H POSTED All interested parties are asked to review the Sections L, M, and H and the CLINs and provide questions and comments to the contractual POC listed below at your earliest convenience but NLT 3:00 pm EST on 11 Nov 2004. If you have any additional questions regarding the upcoming RFP release, please direct them to the contractual POC listed below. Contractual POC: Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (11-01-04) SYSTEM REQUIREMENTS DOCUMENT (SRD) AND CONTRACT DATA REQUIREMENTS LIST (CDRL) POSTED All interested parties are asked to review the SRD and the CDRL DD Form 1423s and provide questions and comments to the contractual POC listed below at your earliest convenience but NLT 3:00 pm EST on 05 Nov 2004. If you have any additional questions regarding the upcoming RFP release, please direct them to the contractual POC listed below. Contractual POC: Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (10-20-04) Change in Pricing Strategy The first draft Request for Proposal (RFP) stated that the pricing structure for the contract will be 5 years firm-fixed-price (FFP), 3 years fixed price with economic price adjustment (FP/EPA), and 2 years Not to Exceed (NTE). As part of the internal review process for RFP+s, it has become evident that it is in the best interest of both the Government and the offerors to change the pricing structure of the contract to 5 years FFP and 5 years FP/EPA. The current constraints on NTE options would negatively impact both the flexibility of the contract and the level of confidence in the out years. If you have any questions or comments, please contact the contractual POC listed below. Contractual POC: Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //End of Update// UPDATE (10-14-2004) AC vs. DC Seat Actuator on T-38 ESUP The purpose of this announcement is to provide information regarding a question about seat actuators from the recent Industry Day. Because this information could have a significant impact on potential solutions, it is being released prior to the posting of the other questions and answers. Changing from Alternating Current to Direct Current Seat Actuators for the T- 38C ESUP This question was forwarded to OO-ALC/LCEA for their review and comment. They recommend we do not use DC actuators if at all possible. The DC load is taxed with the AUP upgrade and other changes are pending to add further loads to the DC buss. The change to DC would also require an aircraft rewire to add a circuit breaker and cabling. It would be less of an impact to use AC actuators and a much simpler modification to the aircraft. The present AC system has 5 amp circuit breakers. If at one half the capacity of the 5 amp breaker (2.5 amps,) 2.5 X 115 volts=287.5 VA. With DC of 28 volts equals 10 amps current draw. Conservatively, this is approximately one fifth the battery capacity. Operation of both seats at the same time would further impact the battery drain. The battery is rated for 15 minutes of aircraft operation in an emergency situation. Taxing of the battery capability in anyway is not desirable. If you have any questions, please contact the contractual POC below. Contractual POC: Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //END OF UPDATE// UPDATE (10-05-04) REQUEST FOR INFORMATION REGARDING PRODUCTION/DELIVERY All offerors planning to respond to the upcoming T-38C ESUP RFP are asked to reply to the following questions: 1) Assuming the Government exercises a production option concurrent with contract award, how long will it take before production will begin, regardless of testing? 2) Given the same assumption, when will your company be able to begin delivering production seats/shipsets for installation and what will be the initial delivery rate, i.e., shipsets per month or seats per month 3) In addition and given the same assumption as above, how long will it take before your company can deliver seats at a rate of five (5) shipsets or ten (10) seats per month? Please respond to these questions at your earliest convenience but NLT 3:00 pm EST on 8 Oct 2004. If you have any questions or concerns please contact the contractual POC listed below. Contractual POC: Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. //End of Update// UPDATE (9-30-04) PROSPECTIVE OFFEROR VISITS TO RANDOLPH AFB AND MOODY AFB In a recent Industry Day, it was requested the Government provide access to the Egress Procedures Trainers (EPTs), Aircrew Training Devices (ATDs), survival kit equipment, and a T-38C aircraft with the aft cockpit instrument hood in place. The above items can be made available upon written request and demonstrated interest in this program. However, these items are available on a non- interference basis and access is by appointment only. Please note that a visit to Randolph AFB and Moody AFB will be required. If your company is interested in arranging a time to visit these items and you plan to respond to the T-38C ESUP RFP, please contact the contractual POC listed below at your earliest convenience but no later than 12:00 pm EST on 4 Oct 2004. Further instructions will be provided upon receipt of your request. RFP SCHEDULE UPDATE The second draft RFP will be released in sections between now and 22 Oct 2004. As these sections are released, please review and provide comments within 3 business days. The Final RFP is currently planned to be released on 10 November 2004. Offeror responses to the Past Performance section will be required approximately one month after RFP release. Written proposals, representative seat and associated hardware for installation and measurement in the T-38C forebody will be required approximately two months after RFP release. Contractual POC: Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904-4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433- 7211. For more information on ESUP--T-38C Escape System Upgrade Program (ESUP) please refer to http://www.pixs.wpafb.af.mil/pixslibr/ESUP/ESUP.asp
 
Web Link
ESUP-T-38C Escape System Upgrade Program (ESUP)
(http://www.pixs.wpafb.af.mil/pixslibr/ESUP/ESUP.asp)
 
Place of Performance
Address: TBA
Zip Code: TBA
Country: USA
 
Record
SN00738216-W 20050123/050121212103 (fbodaily.com)
 
Source
FedBizOpps.gov 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.