Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2006 FBO #1635
MODIFICATION

U -- AIR FORCE FLIGHT SAFETY EDUCATION AND TRAINING COURSES.

Notice Date
5/17/2006
 
Notice Type
Modification
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-06-R-7920
 
Response Due
5/31/2006
 
Archive Date
8/31/2006
 
Point of Contact
Athanasius Okwuoha, Contracting Officer, Phone 937-656-7490, Fax null,
 
E-Mail Address
Athanasius.Okwuoha@wpafb.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DUE TO COMPUTER ERRORS THE SOLICITATION NUMBER FOR THIS ACQUISITION IS NOW CHANGED FROM FA8604-06-R-7903 TO FA8604-06-R-7920. The Air Force is issuing this solicitation for the purpose of establishing an indefinite Quantity (IDIQ) contract for the purchase flight Safety education and training courses. These non-personal services are to provide instruction in the following subject matter: Aviation Mishap Investigation(AMI) Non-aviation Mishap Investigation(NMI) Safety Program Management(SPM) Security Assistance Training Program, Flight Safety Officer (SATP, FSO) Operational Risk Management – Application and Integration(ORM A&I) System Safety Management(SSM) Senior Safety Professional(SSP) Cost Reimbursement No Fee Instructor Travel to Off-sit Location The purpose of these courses is to prepare US Air Force, Reserve, Air National Guard and Foreign service personnel with instructions in aircraft mishap prevention, investigation procedures, policies and techniques. Courses will be conducted at Air Force Safety Center (AFSC) Kirtland AFB, New Mexico. The proposed contract period of performance is to begin on 1 October 2006 with a base year and three option years. This solicitation is 100% small business set-aside. Please see the following attachments to Standard Form 33 (1) Performance Work Statement (PWS). (2)Appendix E1 – E7 (3) Section L - Information to Offerors (ITO) and Instructions For Proposal Preparation. (4) Section M - Evaluation Criteria for Award. PLEASE NOTE THAT THE STATE OF NEW MEXICO IS ONE OF THE STATES THAT HAS A GROSS RECEIPTS TAX (NMGRT). OUT OF STATE COMPANIES MAY NOT BE AWARE OF THIS TAX. Forward comments, questions, and concerns via email to Athanasius.Okwuoha@wpafb.af.mil Proposals due no later than 10am Est. 31 May 2006. ALL OFFERS MUST BE SUBMITTED ON STANDARD FORM 33.Faxed or email proposals are not accepted. One copy of the proposal shall be submitted by mail to each of the following addresses: (a)Athan Okwuoha (b)Eugenia Fowler ASC/PKW 9700 G Avenue SE Bldg 16 Room 128 Bldg. 24499 2275 D Street Kirtland AFB NM Wright-Patterson AFB 87117 OH 45433-7228 Secondary Point of Contact for this acquisition: Dianna Aniton Email: Dianna.Aniton@wpafb.af.mil FA8604-06-R-7920 AFSC Questions & Answers 1. In Section 4.2 of the Information to Offerors, do you want Past Performance information on 3-5 recent contracts for the whole team; or 3-5 contracts for the prime and then 3-5 contracts for each subcontractor/teaming partner? Answer: The whole team. See Section L, Instructions to Offerors, Revised Section 4.0 Volume III- Relevant Past Performance 2. The Synopsis indicates the NAICS code is 611512 - Flight Training. Previous solicitations for this type of training were classified NAICS 611430 - Professional Development Training. Is the cited NAICS correct? Answer: The NAIC Code is changed FROM: 611512 Flight Training TO: 611430 Professional Development Training 3. Reference Part I - The Schedule, page 2. CLIN 0004 indicates the SATP (FSO) course to be estimated at 226 hours. Respective CLINs 1004, 2004, and 3004 are estimated at 302 hours for the same course. Is there to be a substantial change in the SATP course beginning in Option year 1 or are the hours in the Base Year (CLIN 0004) in error? Answer: Solicitation has been corrected to reflect and estimated 226 hours for all CLINs 0004, 1004, 2004, and 3004. 4. Reference the Performance Work Statement, paragraphs, 2 and 2.3. a. The PWS indicates the contractor may be required to "complete all work associated with the layout of new exhibits." This most likely means using extensive manpower and equipment. Will the government provide any necessary heavy equipment? Answer: Yes, the intent of the PWS paragraph 2.3 is that the contractor would apprise AFSC/SEME what of heavy equipment required and duration. AFSC SEME would then arrange to provide support. b. Additionally, it is difficult to estimate the level of effort required as mishap exhibits may be simple pieces of wreckage, a small aircraft, or a large aircraft. Each requires different manpower requirements. How is the contractor to estimate the level of effort for this type of work? Answer: The contractor would estimate labor hours for the specific task as they occur. c. Lastly, there is no CLIN identified for estimating either a firm-fixed price, establishing a level of effort for which identified relates to a variable man-hour requirement, or lastly a reimbursable expenditure. How are we to report this contract requirement? Answer: The CLIN was inadvertently omitted. The solicitation has been amended to include the appropriate CLIN. See revised CLIN 0005, 1005, 2005, 3005 5. PWS, paragraph 2.1 indicates that the government will develop and maintain all training materials. Does this mean reproduction will be limited to the government materials listed and that there will be no need for the contractor to independently create presentation materials and/or outlines and handouts? Answer: Yes 6. Section L, Page 5, Paragraph 4.2: Please confirm that we are interpreting this correctly: The offer’s team is to submit 3 to 5 Past Performances, on the attachment 1 Past Performance Information Sheet and including the Questionnaire. These 3 to 5 should be what we, as a team, determine is the most relevant. As an example, we may submit 3 from the prime contractor and 2 from the subcontractor(s). Answer: Same as question #1 above. Secondly, if there are other Past Performances that we deem relevant and are not included in the 3-5 selected above, we can submit the Past Performance Information Sheet on these, but would not do the Questionnaire. Answer: Same as question #1 above. 7. Section L, Attachment 1, Page 2, Item I? What is meant by “instant acquisition”? Answer: “instant acquisition” pertains to this current acquisition the offeror is proposing on. 8. PWS, paragraph 2.0 and 2.1: Are we correct in reading this that the contractor is not required to develop or update any curriculum, examinations, or critiques – that this is performed by the government? The contractor performs only the delivery/teach” ISD function. Answer: Yes 9. Are the estimates for ODCs maximum amounts? Answer: No, they are estimates. 10. PWS Appendix E1—There is no human factors training block in the AMI course. Is this oversight or is human factors no longer deemed a part of investigation? Answer: Human Factors is included in the course even though it is not a separate block. 11. Will platform instructors be allowed to supplement the government provided course materials during their platform instruction with video clips, add slides to enhance the materials as long as they follow the lesson plans? Answer: No. However the contractor may make recommendations to AFSC/SEME for consideration of inclusion of materials. 12. Define Deviation as per PWS paragraph 3, Service Delivery Summary. Answer: Anything that differs from the PWS requirements. 13. PWS Appendix E3—Safety privilege is part of SPM in the PWS. Would the government consider moving this to the AMI course where it seems more applicable, since it is used during investigation? Answer: Correction. Safety Privilege will be included in the AMI course. 14. PWS—does the government plan to specify number of hours dedicated to each subject in each course? Answer: Yes, the government will designate blocks of time per subject area which will be included in the training materials supplied to the successful offeror. 15. To what extent will the contractor be expedited to adhere to the GFE training provided? Answer: 100%. Anecdotal examples/illustrations may vary. In other words, as conditions and source information changes (AFIs, changing missions, new technologies) who will be responsible for integrating these changes into the courseware? (Ref RFP para. 2.1) Answer: The Government. 16. Will the Microsoft Outlook Scheduler use requirement be extended to scheduling all classrooms/instructors in addition to the computer room? (Ref RFP para 2.2.1.1) Answer: AFSC/SEME will schedule classrooms; however, the contractor may use the Microsoft Outlook Scheduler to schedule their instructors if so desired. 17. What are the “SDS” references? (Ref RFP para 2.21.7) Answer: Reference to items listed in the PWS paragraph 3. 18. What constitutes “oral feedback” in the post-exam review? (Ref RFP para 2.2.1.10) Answer: An example would be the use of discussion to determine reason for high missed question(s). 19. Ref RFP para 2.2.1.12 states that no other feedback instrument is authorized other than the end-of-course critique. Does this preclude internal contractor methodologies that will not be billed to the government? (Ref RFP para 2.2.1.12) Answer: Yes; however, in accordance with PWS para. 2.2.1.12, the contractor has input to the development of the feedback instrument. 20. Appendix E, Item 19 asks for the “definition of AFI 91-204”. Please clarify. Answer: The Government furnished training materials supplied to the successful offeror will have sufficient detail. 21. Section H – Special Contract Requirements H023 Indefinite Quantity – The maximum and minimum dollar amounts that the government may order is not filled in. Answer: Corrected- See amendment 0001 of the solicitation for fill-ins. Section I – Contract Clauses 52.216-19 (a) Minimum order and (b) Maximum Order quantities are not filled in. Answer: Same as above What are the maximum and minimum numbers of classes that will be ordered for the base year and for the option years if they are exercised? Answer: Same as above 22. Section L-III Information to Offeror (ITO) and Instructions for Proposal Preparation 5.1.3. Cost of Pricing Information Requirement requests “The estimate should identify the makeup of the unit price.” 5.2 Volume Organization Section 2 requires “Cost or pricing information and supporting data, to include estimating methodology. Both these clauses appear to conflict with Section L046 Submission of Cost or Pricing Data which states “offerors are not required to submit cost of pricing data”. I realize that the Government has the right to request cost/pricing data at a later date to ensure price reasonableness. Section B – Supplies or Services and Prices/Costs requests unit prices. Is the breakdown of how the unit prices were calculated or any other cost/pricing data required to be included in Volume IV? Answer: As stated in the solicitation, Cost or Pricing is not required at this time; however, the requirements in Section L, Instructors to Offerors, Section 5.0 Volume IV Cost/Price are still valid. Paragraph 5.1.3, second paragraph has been revised for clarification. 23. Page 24 of 28 - Section I - FAR Clauses in full text 52.217-08 Option to extend services Second sentence refers to "revisions to prevailing labor rates provided by the Secretary of Labor." Is this a Service Contract Act Contract governed by the DOL rates? If so, which Area Wage Determination will be incorporated into this contract? Answer: No, this is not a requirement governed by the Service Contract Act. 24. How are exams administered and graded? ANSWER: Knowledge based examinations will be paper-based and administered in the classroom. The knowledge based exams are predominately multiple choice questions and a scatter gram answer key will be provided to grade the student responses 25. Are exams taken on the computers in the computer lab? Answer: Any examinations administered for the performance based objectives will be given at the performance location (e.g.. classroom or crash lab). Checklists for grading the performance based exams will be provided. 26. What is your expectation (hours per week) for the contractor’s Project Manager to consult/meet with Air Force Safety Center staff? ANSWER: There is no set amount. It would be on as-needed-basis. Some weeks may require zero to none other weeks may be 1-2 hours. There may be more of a need during the base year and taper off in out years. The Program Manager is expected to be part of the instructor cadre (reference PWS paragraph 4.2.1), and interaction with the AFSC/SEME staff would be accomplished during a traditional 8-hour day. Best estimate might average 1 hour per week. However, this is a performanced based requirement and the offeror can propose how much time is needed. 27. For Volume I, II, and III, is the Table of Contents included in the page limit? ANSWER: As per SECTION L, paragraph 1.2.1 Page Limitations, the table of content pages is NOT included in the page limits NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAY-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-06-R-7920/listing.html)
 
Place of Performance
Address: HQ AFSC/SEME KIRTLAND AFB NM
Zip Code: 87117
Country: USA
 
Record
SN01050453-F 20060519/060517224113 (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.