The RFP Database
New business relationships start here

Sustainment Engineering Studies (Reliability and Maintainability Engineering Services)


Georgia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

**********UPDATE*****************************************

The proposal due date is hereby extended to January 18, 2019 at 5:30 pm (eastern standard time). 



**********UPDATE*****************************************
The purpose of this amendment to respond to industry questions and as a result, update the solicitation, Attachment 2, and Attachment 10. The answers to industry questions are as follows: 

QUESTION: There seems to be a mismatch between the Price Model spreadsheet and the CDRL associated with CLIN X004AA (IATP Analysis).  In the Price Model spreadsheet, offerors can only enter unit prices for the base year and Option Year 1 for CLIN X004AA, but the final report associated with that CLIN (CDRL A011) is not due until Option Year 5. If the government intends for the IATP Analysis task to be completed after Option Year 1,
it would seem that CDRL A011 should be due well before Option Year 5.

ANSWER: CDRL A011 delivery requirment has been updated. CLIN's 1009AL and 5009AL are updated to reflect the delivery change. 
 

QUESTION: In the Scope Reference spreadsheet: 
 a)  In cell B4, 4.3.5 is listed twice.  
 b) in cell  B6, 4.4.5.1 is not in the PWS.
 c) In cell B9, please clarify whether the government intends 4.4.3.2 to be listed in this cell.

ANSWER: In cell B4, the duplicate PWS reference has been deleted. In cell B6, PWS reference 4.4.5.1 is removed. In cell B9, PWS reference 4.4.3.2 was removed.


QUESTION: In the Excel file row 6, there is a reference to "4.4.5.1" for CLIN X005 which does not exist in the PWS. Explicit reference to paragraph 4.3.6.1 does not exist in the table (as does 4.3.6.2), could this be intended for row 6 in lieu of 4.4.5.1? 

ANSWER: The PWS reference 4.4.5.1 is hereby removed. PWS reference 4.3.6.1 is hereby added to cell B4 for CLIN X001. 

QUESTION: PWS paragraphs 4.4.3.1, 4.4.3.2 and 4.4.3.3 are all listed against two [or more] CLINs. Please provide guidance on how the associated costs are to be split.  50%/50% in the case of two referenced CLINs and  33%/33%/33% in the case of three referenced CLINs?

ANSWER: Please be advised that PWS reference 4.4.3.2 is hereby removed from cell B9. PWS reference 4.4.3.3 is hereby removed from cell B7. Cost for any case where the same PWS paragraph references two (2) separate CLINS, the offeror should split the pricing 50%/50%.  



**********UPDATE******************************************


The Purpose of this Amendment is to update solicitation FA8505-18-R-0004
(formally FA8505-17-R-0015), as well as all supporting attachments.

The attached solicitation and attachments are hereby updated, attached,
and supercede all other attachments.
 
As a result, the proposal due date is extended to 15 January 2019.




**********UPDATE******************************************

Please excuse the continued delays. The USG appreciates your patience. 

Due to the approaching holidays, the proposal due date is extended to 14 January 2019.
Note: A revised solicitation and supporting documents are forthcoming.



**********UPDATE******************************************

Please excuse the continued delays. The USG appreciates your patience. 

The proposal due date is extended to 17 December 2018.
Note: A revised solicitation and supporting documents are forthcoming.



**********UPDATE******************************************

The Proposal Due Date is extended to 30 November 2018.

Note: A revised solicitation and supporting documents are forthcoming. 



**********UPDATE******************************************

The Proposal Due Date is extended to 31 October 2018.

Note: A revised solicitation and supporting documents are forthcoming. 




**********UPDATE******************************************

Date correction for the pre-proposal conference.

There is a pre-proposal conference scheduled for 30 August 2018 at 1:00 PM (eastern standard time).
The call-in number is (478) 926-0065
The PIN # is 123456

Due to limited number of phone lines, we ask you to please limit one (1) line per offeror.


**********UPDATE******************************************


There is a pre-proposal conference scheduled for 29 August 2018 at 1:00 PM (eastern standard time).
The call-in number is (478) 926-0065
The PIN # is 123456

Due to limited number of phone lines, we ask you to please limit one (1) line per offeror.



**********UPDATE******************************************

The Proposal Due Date is extended to 05 October 2018.



**********UPDATE******************************************

The Proposal Due Date is extended to 31 Aug 2018.*




*********UPDATE******************************************

The Proposal Due Date is extended to 15 Aug 2018.


**********UPDATE******************************************

FA8505-18-R-0004-0001 is added to this update along with the updated attachments. If an attachment was not included in this update then the latest/original version applies.



********UPDATE*********************************************

The Proposal Due Date is extended to 08 Aug 2018. An additional amendment including attachment revisions and answers to submitted questions is forthcoming.




******UPDATE************************************************
Due to a formula error within Attachment 10 (Attach_10_Pricing_Spreadsheet) Cell K29 the attachment is hereby revised.
 
Please note that the revised Attachment 10 is attached to this amendment and supercedes any previous versions. 

 



*****UPDATE*************************************************
This Amendement is to address several questions recieved regarding the solicitiation.

The questions and answers are as follows:

Question: Proposal due date 16 July or 26 July? FedBizOps notes 26 July and the Solicitation notes 16 July.


Answer: The proposal due date is 26 July18 at 3:30 pm and all questions regarding the proposal are due 9 July 18 at 11:59 pm. A revised Solicitation including the revised due date for proposals is hereby attached to this amendment.

Question: Section L - Are additional instructions missing from paragraph "2. Format and Specific Content: The following information shall be provided in the written technical proposal and will be evaluated to assess technical acceptability in accordance with Section M-900, Evaluation Basis for Award. The written technical proposal shall address each of the following sub-factors to describe the offeror's proposed approach to performing the requirements as set forth in the Performance-based Work Statement (PWS)." It seems like there should have been more here.


Answer: Section L, subsection C(2)  has been revised as follows:


FROM: 2. Format and Specific Content: The following information shall be provided in the written technical proposal and will be evaluated to assess technical acceptability in accordance with Section M-900, Evaluation Basis for Award. The written technical proposal shall address each of the following sub-factors to describe the offeror's proposed approach to performing the requirements as set forth in the Performance-based Work Statement (PWS).


TO: 2. Format and Specific Content: Three (3) Subfactors will be evaluated to assess the technical acceptability in accordance with Section M-900, Evaluation Basis for Award. The written technical proposal shall address each of the Sub-factors listed in Section M, sub-section III to describe the offeror's proposed approach to performing the requirements as set forth in the Performance-based Work Statement (PWS).



Question: Section L - There are no instructions for the cost volume. It would appear logically that they would follow the instructions for Volumes 1 and 2. Are additional instructions missing?


Answer: Please refer to Section L, sub-section II, A(8) where it states that Volume III shall be presented in excel format with the ability to view any formulas or calculations (see Attach_10_Pricing_Spreadsheet and Attach_8_VPP_DART_TCIR_Chart). Volume III, TEP Attachment should not be adjusted, except for adding unit prices. There are no additional instructions for this volume.


Please note that the revised Solicitation and Section L is attached to this amendment and supercedes any previous versions.




*****UPDATE**************************************************

The solicitation FA8505-18-R-0004 is hereby attached to this notice.

All questions concerning this solicitation should be submitted by 9 July 2018 11:59 pm eastern standard time to the Buyer, Tad Williams, E-mail: tad.williams.1@us.af.mil and the Contracting Officer ShaNellda Harris, E-Mail: shanellda.harris@us.af.mil.

***UPDATE************************************************************


The Purpose of this amendment to update this presolicitation as follows:

Sustainment and Engineering Services 

Solicitation number to FA8505-18-R-0004

Approximate issue date of solicitation is 15 June 2018

Approximate response date is 16 July 2018
 
Estimated PoP: 01 March 2019 - 28 Feb 2029

For additional information and/or to communicate concerns, if any, concerning this acquisition, please contact the Lead Buyer, Tad Williams, AFLCMC/WWQK, (478) 926-6440. E-mail: tad.williams.1@us.af.mil.


********************************************************************
This acquisition is to obtain a Firm-Fixed-Price (FFP) contract award for the purpose of reliability and maintainability sustainment engineering services on F-15 aircraft. The acquisition strategy has been approved for limited competition amongst three non-profit organizations: Mercer Engineering Research Center, Southwest Research Institute, and University of Dayton Research Institute.  The Government's intent is to award the contract based on a source selection process which will evaluate lowest price technical acceptable.

These services include systems engineering services and Aircraft Structural Integrity Program (ASIP) capability development and implementation. The Contractor shall provide engineering expertise beyond the technical capabilities of the F-15 SPO for various sustainment problems and issues.

The Contractor shall provide F-15 Mechanical and Electrical systems sustainment engineering services in efforts to sustain the Operational Safety, Suitability, and Effectiveness (OSS&E) of the F-15 fleet. In general, these engineering services include configuration management, weight and balance, airworthiness certification, failure and accident investigations, component substitution and qualification of sources, technical order development, aircraft modifications, as well as depot and field level engineering assistance, troubleshooting, and problem solving.

Approximate issue date of solicitation is 11 Aug 2017. Approximate response date is 11 Sep 2017. For additional information and/or to communicate concerns, if any, concerning this acquisition, please contact the Lead Buyer, Capt Dee Roseboro, AFLCMC/WWK, (478) 926-6114. E-mail: duaita.roseboro@us.af.mil.


Estimated PoP: 01 March 2018 - 29 Feb 2028


Tad E. Williams, Contract Specialist, Phone 4784696440, Email tad.williams.1@us.af.mil - Trellis Martin, Lead PCO, Phone (478) 327-5338, Email trellis.martin@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP