Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
MODIFICATION

J -- C-21 Contractor Logistics Support - Questions and Answers - 7 Feb 12

Notice Date
2/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8106-11-R-0002
 
Point of Contact
Samuel T. McDuffey, Phone: 405-739-4448, Kenyatta Harper, Phone: (405) 739-4201
 
E-Mail Address
samuel.mcduffey@tinker.af.mil, kenyatta.harper@tinker.af.mil
(samuel.mcduffey@tinker.af.mil, kenyatta.harper@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers - 7 Feb 12 UPDATE (7 Feb 12) Attached are additional questions and answers. UPDATE (2 Feb 12) RFP amendment FA8106-11-R-0002-0003 is attached. This amendment removes the 10 serviceable engines from the Active Duty GFP list, makes minor changes in CLIN descriptions and adds a provision. See attached for details of all changes. The due date for proposal submission has been extended. Proposals are due no later than 3:00 PM, CST on 16 February 2012. Attached are additional questions and answers. UPDATE (18 Jan 12) RFP Amendment FA8106-11-R-0002-0002 is attached. The due date for proposal submission has been extended. Proposals are due no later than 3:00 PM, CST on 9 February 2012. The Government is also reviewing Attachment 4, Active Duty GFP. This attachment may be modified to remoe the ten engines that were to be provided by the Government. Stay posted to FedBizOpps for updates and additional solicitation amendments. We attached are additional questions and answers we have received since solicitation release. UPDATE (21 Dec 11) RFP Amendment FA8106-11-R-0002-0001 is attached. Proposal receipt time and date remains the same. UPDATE (16 Dec 11) This update is to post the briefing charts and questions/answers from the Pre-Proposal Conference held 12-14 Dec 11. These documents (briefs, questions/answers) are only intended to be a summary of the Formal Request for Proposal. The Formal Request for Proposal is the only document that should be relied upon in determining the Government's requirements, evaluation criteria and evaluation methods. If there are any inconsistencies in the information presented in this brief or questions/answers and the information included in the Formal Request for Proposal, the information contained in the Formal Request for Proposal overrides. UPDATE (9 Dec 11) The Instructions to Offerors (Addendum to 52.212-1) and Evaluation Factors for Award (Addendum to 52.212-2) were accidently left off of the previous update. They are now being added with this update. These are the official documents. UPDATE (9 Dec 11) This notification serves as the official release of the Request for Proposals for the C-21 CLS requirement. Attached to this posting you will find the official documents. Proposals in response to this RFP are due 3:00 PM CST on 25 Jan 12. UPDATE (8 Dec 11) This is a no fee conference. To access the base you will need to enter either Tinker Gate (Exit 157B from I-40) or Gott Gate (Exits 8 or 9 from I-240). Security at these two gates will have a list of names for base entry. Please reference the C-21 Pre-Proposal Conference for your reason for entry. Due to circumstances beyond our control we recommend you plan for at least 30 mintues to enter gates. Traffic is very heavy in the morning between 6:45 and 8:00 AM. Please plan your arrival accrodingly. Attached, you will find maps of of the location of the gates and the Conference Center. UPDATE (7 Dec 11) Pre-Proposal Conference Registration The 6 December deadline for registration has passed and registration is closed. Directions to the the Hill Conference Center will be posted on tomorrow. Facility Clearance We have received many questions and concerns with the Facility Clearance Requirement and sponsorship for a FCL. The following is in response to all of those inquiries. The C-21 Facility Clearance requirement is solely based upon pre-existing requirements, COMSEC, classified message traffic and storage, Worldwide Global deployment capability, and a current classified deployment (which may or may not be in place at time of award). It is likely that this or another classified deployment will be a requirement of the follow-on contractor. The contractor must have, at day one of contract award, the ability to receive classified deployment information, prepare to negotiate the requirement, and get to the deployed location within the 120 day phase-in timeframe. In regards to Facility Clearances (FCLs), Chapter 2-102 of the NISPOM establishes eligibility requirements a company must meet before it can be processed for an FCL. One requirement is that there has to be a need to access classified information in connection with a legitimate U.S. Government requirement. In the case of the C-21 requirement, access to classified information is not required for a company to SUBMIT A PROPOSAL. The Government is not in a position to remove the requirement to obtain an FCL prior to award because a contractor must have a FCL the day of award in order to carry out the requirements of the contract. Even though there is a requirement to have a FCL prior to award, the Government cannot sponsor any contractors until there is a bona fide need for that contractor to access classified information for this C-21 CLS requirement. Take caution that if another contractor sponsors a company for an FCL for this C-21 effort, there are no guaranteed assurances that DSS will approve the FCL. Defense Security Services (agency responsible to the issuance of FCLs) have informed this agency that the FCL depends on a variety of circumstances such as completion of all FCL required paperwork, the identification of the company Key Management Personnel (KMP) who must obtain personnel clearances to the level of the FCL (if the KMP are uncleared this can take some time), FOCI mitigation, etc. Additional Questions and Answers Additional Questions and Answers are attached to this posting. UPDATE (1 Dec 11) Due to a change in policies and procedures, the lead time to get Base Entry Approval has shortened. For those Contractors who will not be traveling with someone who already has base access, please get the information requested in the Pre-Proposal Conference Announcement Packet (Guest Name, Drivers License #, State of Issue, and Date of Birth) to Samuel McDuffey, samuel.mcduffey@tinker.af.mil, NO LATER THAN FRIDAY, DECEMBER 2, 2011. Otherwise, those concerned may not have Tinker AFB access for the Pre-Proposal Conference. Update (29 Nov 11) The Government will host a Pre-Proposal Conference for the C-21 Contractor Logistics Support requirement. The conference will be from 12 - 14 December 2011 at the General James E. Hill Conference Center at Tinker Air Force Base. On Monday, December 12, prospective contractors will have the opportunity to review AFIs and Guidance that may have been difficult to access. A DD Form 2345 will be required to attend the AFI and Guidance review. On Tuesday and Wednesday, December 13-14, we will walk through the RFP. See the attached documents for registration instructions and an agenda of the events. If interested in attending, please provide required information NLT 6 December 2011. Update (29 Nov 11) This update includes DRAFT documents only. Attachments 7-13 are not included. The Official RFP Release is anticipated to be NLT 9 Dec 11. Since we have had several delays, we anticipate reducing the response time from 60 days to approximately 45 days. To help accomodate for the shortened response time, we are releasing an updated copy of the DRAFT documents. All posted documents are subject to change. Be sure to review the official documents when released to account for changes. --------------- Update (28 Nov 11) The Government will not meet the 28 Nov posting date for the RFP. The anticipated posting date for the RFP is now NLT 9 Dec 11. In addition, the Government plans to hold a Pre-Proposal Conference from 12-14 Dec 11. The Conference will allow access to AFIs and Guidance that Industry has indicated as not being accessible along with an overview of the RFP and proposal requirements. Please stay posted to the FedBizOpps website for more details on the Pre-Proposal Conference. See the attached for additional questions, answers and clarifications. --------------- Update Updated Questions and Answers are being posted in this update along with a list of the SBs, ADs, and TCTOs. --------------- Synopsis (2) Date. 2 November 2011 (3) Year. 2011 (4) Contracting Office Zip Code. 73145 (5) Classification Code. J - Maintenance, Repair, and Rebuilding of Equipment (6) Contracting Office Address. DEPARTMENT OF THE AIR FORCE, 3001 STAFF DR. STE AG1 104A, TINKER AFB OK 73145 (7) Subject. C-21 Contractor Logistics Support (8) Proposed Solicitation Number. FA8106-11-R-0002 (9) Estimated Solicitation Release Date. 28 November 2011 Estimated Closing Response Date. 13 January 2012 (10) Contact Point or Contracting Officer. Samuel McDuffey (samuel.mcduffey@tinker.af.mil) (11) Contract Award and Solicitation Number. FA8106-11-R-0002 (12) Contract Award Dollar Amount. N/A (13) Contract Line Item Number. Various (14) Estimated Contract Award Date. 1 September 2012 (15) Contractor. N/A (16) Description. This acquisition will provide a follow-on contract for Full Contractor Logistics Support (CLS) of the C-21 aircraft fleet. Other than the Government Furnished Property (GFP) provided, the Contractor will provide all support required to fulfill this requirement, including but not limited to labor, materials, tools, equipment, parts, transportation, etc. The Government will provide approximately $5 million of GFP. The C-21 fleet consists of 28 Learjet Model 35A aircraft, which include two NC-21 aircraft modified by USAF to meet 375 AMW Detachment 1 mission requirements. The primary mission of the C-21 aircraft is transport of United States Government personnel, cargo, and of personnel worldwide. Secondary missions identified for the C-21 aircraft include USAF pilot seasoning and medical evacuation. The primary mission for the NC-21 aircraft is the evaluation and monitoring of the National Airspace System (NAS) in conjunction with the development and publication of Air Force Instructions and aircrew currency. The NC-21s secondary missions include operational test and evaluation of emerging navigation, communication, surveillance, cockpit display and landing systems. Unless specifically stated the term "C-21" encompasses NC-21 aircraft as well. The 28 aircraft includes twenty-six (26) Active Duty Aircraft and the two (2) Air National Guard (ANG) aircraft. Full CLS includes all aircraft maintenance plus personnel, materials and inspections, launch and recovery of aircraft, management of all Government and Contractor owned spares and support equipment through a Contractor Operated and Maintained Base Supply (COMBS); repair and overhaul of all repairable spares at FAA certified repair stations; maintenance and repair of all support equipment; aircraft paint; engine and landing gear repair and overhaul. The supply support requires the contractor to identify, procure, stock, store and issue common and peculiar spare parts, components, consumables and bench stock for the aircraft, aircraft systems, engines, landing gears and peculiar test/support equipment. The contractor's inventory shall be of sufficient range and quantity to meet the performance measurements defined in the Performance Work Statement (PWS). Additional support, as over and above tasks, engineering services including development, test and FAA certification of modifications, installation of modifications, depot maintenance support, field team support (worldwide), deployment support (worldwide), aircraft crash investigations, failure and teardown reports, acquisition of commercial data, and damage repair. The Government also requests information for: quality, contract funds status, parts consumption and usage, parts obsolescence, service engineering reports, subscription services for technical manual updates and service actions. The Government owns limited spares for the C-21 program. It will be the responsibility of the contractor to fund, procure, stock, store and issue the supply support for the C-21 program. The Performance Period under this contract is anticipated to be for a total of 7 Years, 7 Months. The anticipated award date is 1 September 2011. The Performance Period will be subject to exercise of option periods and availability of funds. Maximum days for Phase-In will be 120 days. BASIC PERIOD: 5 Months (Includes 120-Day Transition Period) OPTION PERIOD 1: 1 Year OPTION PERIOD 2: 1 Year OPTION PERIOD 3: 1 Year OPTION PERIOD 4: 1 Year OPTION PERIOD 5: 1 Year OPTION PERIOD 6: 1 Year OPTION PERIOD 7: 8 Months EXTENSION OF SERVICES: 180 Days (May be used after any Performance Period) (17) Place of Contract Performance. Main Operating Bases may be located at but not limited to Andrews AFB, Camp Springs, MD; Scott AFB, Belleville, IL; Oklahoma City, OK; Peterson AFB, Colorado Springs, CO; and Ramstein AB, Germany. (18) Set-aside Status. N/A (19) Technical Data. Information contained in the technical library will not be furnished as part of the solicitation. Offerors will have an opportunity to review the technical library when the final RFP is issued. The technical library will be at Tinker AFB. Please stay posted to FBO for information on exact days and time. A completed DD2345 form will be required for entry into the technical library. The technical data may be obtained by submitting a valid, completed DD2345 form to the PCO, Samuel McDuffey, via email at samuel.mcduffey@tinker.af.mil. Equipment and technical data generated or delivered under this contract are controlled by the International Traffic in Arms Regulation (ITAR), 22 CFR Chapter 1, Subchapter M parts 120-130. An export license is required before assigning any foreign source to perform work under this contract or before granting access to foreign persons to any equipment and technical data generated or delivered during performance (see 22 CFR Chapter 1, Section 125). The solicitation will contain the following clauses DFAR 252.209-7001 Disclosure of Ownership or control by the Government of a Terrorist Country, DFAR 252.209-7002 Disclosure of Ownership or Control by a Foreign Government, and DFAR 252.204-7008 Export-Controlled Items. A current, valid, completed DD2345 form will be required for release of technical information related to this solicitation and resulting contract. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The offeror, and subcontractors as required, must possess or acquire prior to Source Selection Authority Decision Brief a facility clearance equal to the highest classification specification (DD254) attached to the solicitation and be entitled to COMSEC information without additional authorization (i.e. National Interest Determination (NID). Therefore, all facility clearances must be approved and Foreign Ownership Control or Influence (FOCI) issues must be mitigated prior to the Source Selection Authority Decision Brief. The Industrial Security Facilities Database (ISFD) will be used to verify facility clearances one business day prior to the Source Selection Authority Decision brief. The Source Selection Authority Decision brief could take place after receipt of original proposals if awarding without discussions or after receipt of the final proposal revisions. The Government is not obligated to hold discussions nor delay the decision brief awaiting an offeror to complete this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-11-R-0002/listing.html)
 
Place of Performance
Address: MOBs may be located at but not limited to Andrews AFB, Camp Springs, MD; Scott AFB, Belleville, IL; Oklahoma City, OK; Peterson AFB, Colorado Springs, CO; and Ramstein AB, Germany., Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02669545-W 20120209/120207235550-c820b2781608f8ff752f6d91e549e3a9 (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.