Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

M -- The purpose of this amendment 0003 is to post the Questions & Answers that failed to post in previous amendment 0002. Proposal due date and time remain unchanged. If the description below is not legible, email jeanne.short@us.army.mil for a copy.

Notice Date
5/16/2008
 
Notice Type
Modification/Amendment
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-08-R-0012
 
Response Due
5/29/2008
 
Point of Contact
SHORT, JEANNE, 915-568-3991
 
Small Business Set-Aside
N/A
 
Description
Questions & Answers: The purpose of this amendment 0003 is to post the following questions and answers that failed to post in the previous amendment 0002. This amendment will also clarify information provided in this solicitation. Offerors need to state in their proposal that they acknowledge receipt of all solicitation amendments. No more questions will be accepted after 19 May 2008, 1200 hrs, MST. Clarification on SubCLINs 0002AA, 0100AA, 0200AA, 0300AA, and 0400AA described as ATC Management in accordance with Performance Work Statement, refers to Contract Manager/ATC Chief. QUESTION 1: What exactly is to be included in the ATC non-personal svcs in accordance with the performance work statement? Answer 1: Offerors are required to price ALL line items in accordance with the instructions to offerors based on the requirements set forth in the Performance Work Statement (PWS). QUESTION 2: The first question refers to CLINS numbered 0002/0100/0200/0300/0400. Are they a compilation of the sub-items? For example, for 0002, is it requesting a submission of the total of all the sub-items (0002AA through 0002 AP)? Answer 2: Yes, that is correct. QUESTION 3: Is there any more specific information on the TDY travel item?...Is there more defining information on this TDY requirement? Answer 3: Offerors should propose $10,000 for travel per year, base and all option years. Travel amount will be identified at time of travel to awardee in funded task orders. For purposes of evaluation only, assume travel will be $10,000 per contract year. All travel will be in accordance with the Federal Joint Travel Regulations (JTR). QUESTION 4: Who is providing the ATC services at Fort Bliss now?....what is the name of the contractor? Answer 4: Defense Contract Services, Inc. is the incumbent contractor. QUESTION 5: When do you want services to start? July 1, 2008? Answer 5: Yes, that is correct. QUESTION 6: Does the contracting office have a particular format they want to be used for proposals, or is the format up to the contractor? Answer 6: Please follow the Proposal Submission Instructions, Item Number 3, Specific Instructions, in the Request For Proposal. All responses shall be legible and prepared in the general format as described in this section to be properly evaluated. Responses must be complete, self-sufficient, and respond directly to the requirements of this RFP. QUESTION 7: Reference SOW C.2.3.1 - Is the Contractor ATC facility chief the same as the Contract Manager? Answer 7: This is a contractor management decision taking into consideration that all contract requirements must still be met in accordance with the PWS and Army ATC governing regulations. QUESTION 8: Is this for only 8(a) companies or is it opened to all small businesses? Answer 8: This solicitation is unrestricted. QUESTION 9: Under Evaluation Criteria, Past Performance Information, (7), the RFP states, Quality and Satisfactory Rating for Contracts Completed in the past five Years: Can this include contracts that are currently being performed, or must have they expired? Answer 9: The government wants any information available on past performance of contracts completed in the past five years as well as contracts that are currently being performed, as addressed in (9) Performance Surveys: Provide a list of at least three (3) but no more than five (5) of the most relevant contracts performed within the past 5-years prior to the date of this solicitation& QUESTION 10: Will we have to provide our own liability insurance in our proposal? Answer 10: Yes. Please refer to the following local clause requirement included as part of this solicitation, (Note: this will also be added to the contract). Local Clause: (addendum to FAR Clause 52.228-5) Insurance-Work on a Government Installation REQUIRED INSURANCE (a) The contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required as follows: 1) Workers Compensation - - The required Workmens Compensation Insurance shall extend to cover employees liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.00, (2) Comprehensive General Liability with minimum limits of $500,000.00 Per accident or occurrence for bodily injury. This insurance shall include Contractors protective liability and contractual liability,3)Comprehensive Automobile Liability Insurance with minimum limits of $200,000.00 Per Person, $500,000.00 Per Occurrence for Bodily Injury, and $20,000 Per Occurrence for Property Damage. (b) Before commencing work under this contract, the contractor shall certify to the Contracting Officer, in writing, that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Governments interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed or (2) until 30 days after the insurer or the contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The contractor shall insert the substance of this clause, including this paragraph, in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the schedule or elsewhere in the contract. The contractor shall maintain a copy of all subcontractors proof of required insurance, and shall make copies available to the Contracting Officer upon request. QUESTION 11: Does the government want the contractor to secure liability insurance? If so, what limits of liability and other coverage should the contractor carry? Answer 11: See Answer # 10, above. QUESITON 12: How often does the government expect training of air traffic controllers to occur and what kind developmental will be trained? Specifically, are these students coming from a technical school having passed an academic screen with no experience or are they army guard soldiers with their CTOs performing UTA or annual training requirements? Answer 12: If this question is referring to C.3.10. in the PWS, in the past five years there have been a total of five Army Air Traffic Controllers who have received training in the Biggs ATC tower facility. Biggs Army Airfield must meet the requirements of all Army and FAA policies pertaining to the requirements for use of Army air traffic control facilities for air traffic control training. We anticipate that in the next two to six years, an Army Heavy Combat Aviation Brigade (CAB) will be assigned to Fort Bliss. We cannot predict the total request from the CAB for training. QUESTION 13: What types of aircraft will the contractor be providing Air Traffic Control service for? Answer 13: Biggs Army Airfield is an U.S. Army Aerial Port of Embarkation capable of landing any aircraft in the DOD inventory and Civil Reserve Aircraft Fleet. There will be a Heavy Combat Aviation Brigade fully stationed at Biggs Army Airfield within the next two to six years. QUESTION 14: Is there a waiver for utilizing staffing of less than 2 controllers per shift? Answer 14: All staffing is governed by Army and FAA policies, procedures, and guidelines. QUESTION 15: Will differential be paid for working Sundays? Answer 15: The contractor must abide by all Department of Labor guidelines concerning the pay of employees, specifically, refer to Wage Determination WD 05-2512 (Rev.-4) first posted on www.wdol.gov on 06/05/2007, as included in the solicitation. QUESTION 16: Page 5 of the RFP, Evaluation Criteria, b. Key Personnel, speaks to Tower Chief and Assistant. However, throughout the SOW, the Contract Manager, ATC Facility Chief, Training Supervisor, Shift Leader are spoken to, but not Assistant Tower Chief. Can you clarify which positions are considered to be Key Personnel, and if so, where are the responsibilities for the Assistant Tower Chief outlined. Answer 16: The answer to this question is as follows: Key Personnel: Airfield Division, DPTMS, Ft. Bliss/Biggs Army Airfield must meet the requirements of all Army and FAA policies pertaining to the requirements for use of Army air traffic control facilities for air traffic control training. It is critical that key personnel have a thorough knowledge and understanding of Army ATC in order for Airfield Division, DPTMS, Ft. Bliss/Biggs Army Airfield to accomplish their mission. The contractor will provide the resumes of Key Personnel in this section. Contract Manager/ATC Chief must possess demonstrable experience as subject matter expert in Army ATC with a minimum of 10-years Army ATC operational experience controlling at Army locations and 5-years managerial/supervisory experience as an Army ATC Chief. In addition the contractor must identify and provide resumes for the following other key Key Personnel. ATC Facility Chief - a minimum of 10-years Army Fixed based ATC operational experience controlling at Army locations; Training Supervisor - a minimum of 6-years Army Fixed based ATC operational experience controlling at Army locations; Shift Leaders a minimum of 3-years Army Fixed Base ATC operational experience controlling at Army locations; Controller Applicants must show proof of CTO and medical certification. {NOTE: Answer 16 will also replace the following paragraph in the Evaluation Criteria in the solicitation and will be amended.} Key Personnel: Tower Chief and Assistant Resumes of Key Personnel: Managers must possess demonstrable experience as subject matter experts in Army ATC with a minimum of 10-years Army ATC operational experience controlling at Army locations and 5-years managerial/supervisory experience at the Army ATC Chief level. Controller Applicants must show proof of CTO and medical certification. QUESTION 17: Does the government require a review of Key Personnel resumes prior to selection? Answer 17: Yes. QUESTION 18: Will contract employees be required to have a security clearance? If so, what level of clearance will be required? Also, if required, will the employee be required to have the clearance before being hired by the contracting company? Answer 18: Yes, in accordance with the PWS, see Section C.32 Security Requirements. QUESTION 19: What will the phase-in period for this contract? Answer 19: No more than 30 days. QUESTION 20: Are the controllers at Ft. Bliss required to take weather observations? If so, what level of observations do they take, i.e. augmenting the ASOS, backing up the AWOS when required, or total manual observations? Answer 20: Yes, the observations currently are to augment the Automated Surface Observing Systems (ASOS). QUESTION 21: What is the governments expectations for liability insurance coverage by the successful contractor? Answer 21: This is answered in Answer #10.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=94b3411c05b1c24f432c051bc9bba53b&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN01574809-W 20080518/080516215737-94b3411c05b1c24f432c051bc9bba53b (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  © 1994-2020, Loren Data Corp.