Cooperative Engagement Capability (CEC) Alteration Installation Team (AIT) 3
Submit Questions to Government Officer Anonymously
Place your question(s) below. One of our analysts will anonymously submit the question(s) within 8 hours and provide any responses via email once received.
Opportunity Assistant
Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.
Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company
Select Document for Processing
Description
Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) issues a solicitation to provide engineering and technical support services for Alteration Installation Team (AIT). This procurement provides services to the Air Dominance Department (A-Dept.). These services include installation, modification, logistics and upgrade for various Cooperative engagement Capability systems of NSWC PHD. NSWC PHD is a field activity of Naval Sea Systems Command (NAVSEA). NSWC PHD A-Dept. is the In-Service Engineering Agent (ISEA) for the Cooperative Engagement Capability (CEC). The Contractor shall include installation task planning & coordination, procurement of installation material & prefabrication, installation execution, reporting, and closeout. The Contractor shall also include material tracking, inventory management, packing, crating, and handling for shipments and receipt transactions, material shipping, material disposal, inventory database updates, routine inventories, and procurement of incidental materials. The primary work location will be at NSWC PHD in Port Hueneme, California.
Based on the market research results, the Government has determined that this requirement will be solicited under the provisions of FAR Subpart 19.5 Small Business Total Set-Aside under NAICS 336611, pursuant to the policies and procedures of FAR Part 15 Contract by Negotiation. The activity small business office concurs with the set aside determination.
AMENDMENT 0001: The purpose of this amendment is to (1) add the first conformed and modification copies of the RFP in response to the question and answer's from contractors as follows:
QUESTION #1: Contractor respectfully requests the following SIDs and LAR.
Page 118 RE: USG-2B Backfit Installations SIDs
Page 119 RE: USG-2B Fleet Intro Installations SIDs
Page 119/120 RE: AECU to ECSC Back Fit Installations SIDs
Page 120 RE: CET Equipment & Cabling Installations LAR
Answer: Any DoD contractor can make this same request for documents and have them provided.
QUESTION #2: Contractor respectfully requests the following information:
1. WDs for Norfolk and Newport News, VA; Mayport, FL; Bremerton, WA; and Pascagoula, MS
2. SIDs for:
a. USG-2B Back Fit Installations
b. USG-2B Fleet Intro Installations
c. AECU to ECSC Back Fit Installations
3. LAR for CET Equipment & Cabling Installations
4. The following NSWC PHD-specific documents:
a. NSWC PHD Instruction 9090.3 (Series), Alteration Installation Team Quality Management System Procedures (current version)
b. NSWC PHD 488402-2-006 (Series), NSWC PHD PAAA Antenna Alignment Verification (current version)
c. NSWC PHD 48402-2-009 (Series), NSWC PHD Fiber Optical Transmission Line (current version)
d. NSWC PHD 48402-2-010 (Series), NSWC PHD Coaxial Transmission Line (current version)
e. NSWC PHD 48402-3-005 (Series), NSWC PHD ECSC PAO FILL (current version)
ANSWER: Any DoD contractor can make this same request for documents and have them provided.
QUESTION 3: Are overtime hours to be included in the Cost Proposal? If yes, how should the overtime man-hours be calculated?
ANSWER: No, however bidders can include overtime hours if they choose.
QUESTION 4: CDRLs do not appear to be completed since there are notes attached from Michael D. Thompson with recommendations and/or requested corrections. Please advise.
ANSWER: This version was added in error. The correct version is now uploaded.
QUESTION 5: Some of the CLINs 2001 through 2007 are identified as Option which we believe is incorrect. Please advise.
ANSWER: All CLINs are appropriately marked.
QUESTION 6: CLINs 2103 and 2107 both are titled CET Cabling Kit. Is it possible to make these into one CLIN with a total of 14 units required?
ANSWER: No, they are meant to be separate options.
QUESTION 7: Units of kits don't track between the tables in Section L and CLINs for AECU to ECSC Back Fit (no units in the Base year CLINs, 1 less unit in the CLINs than the table for OY1; between the two years, there should be a total of 13 units per the table, but the CLINs have only 11).
ANSWER: Below is the correct number of purposed installation per year. In section L AECU to ECSC Back Fit Table there is an error for OY1 it should be 11 purposed installation. The San Diego area should only have two vice three purposed installations for OY1.
Base year 0 purposed installations
OY1 11 purposed Installations
OY2 12 purposed Installations
OY3 15 purposed Installations
OY4 8 purposed Installations
QUESTION 8: Section L, page 121, paragraph xi does the Government anticipate six or seven BOMs?
ANSWER: 7 BOMs
USG-2 - 2B Kit Procurement
USG-2B Fleet Intro Kit Procurement
ECSC Back-Fit Kit
CET Cabling Kit
Cable Build and Test
Cable Repair and Test
CaaS Material Procurement
QUESTION 9: On Required Staff Plan_LOE tab of Attachment JS-8: Unable to locate labor rate for SCA Occupation Code 99100 for the Fire Watch. Located in the SCA DIRECTORY OF OCCUPATIONS but not in the wage determinations.
ANSWER: The BLS Percentile section in the JS-8 has the labor rate range we are projecting.
AMENDMENT 0002 Q&A
QUESTION #1: Paragraph 1.2, on page 110 is silent on the quantity of resumes required for each Key Personnel proposed. How many resumes does the government require for each Key Personnel proposed?
Answer:
Project Coordinator/Manager - 1 Resume
Quality Control Manager - 1 Resume
Task Leader - 4 Resumes
Electronics Technician Maintenance III - 3 Resumes
Welder - 3 Resumes
Pipefitter, Maintenance - 3 Resumes
QUESTION #2: CET Equipment and Cabling Installations LAR. We received SID's, not LAR. The solicitation Amendment 0001 Section viii, directly below CET Equipment & Cabling Table states: Offeror shall request LAR from Government for CET Equipment & Cabling Installations. LAR will be provide for all seventy-seven installations due to all others being very similar in scope. Is there a LAR for CET Installs, or do the provided SID's replace the LAR?
Answer:
This SID replaces the LAR and the SID the official governing document that shall be used for this estimate. 410-8848733 CEC CET Installation Drawing for DDG takes the place of the LAR. For estimating purposes use this drawing that was provided and estimate one installation per CET. Use DDG 80 Sheet 4 of this drawing for estimating all seventy-seven CET installations. This will be the maximum cable run for the CET installations. All the GFM (5 items) on sheet 14 of the SID will be changed to IAF and will need to be included in your BOM.
QUESTION #3: Cable Repair and Test. There is no reference to GFI (SID's or LAR) in the solicitation. Please provide the technical data which is required to develop the BOM for this item. There is some reference to general cable (fiber, power, copper data) types and quantity in Section C but not specific enough to develop BOM.
Answer:
See attachment Cable Repair and Test
QUESTION #4: Cable Build and Test. There is no reference to GFI (SID's or LAR) in the solicitation. Please provide the technical data which is required to develop the BOM for this item. There is some reference to general cable (fiber, power, copper data) types and quantity in Section C but not specific enough to develop BOM.
Answer:
See attachment Build, Connect and Test Cables
QUESTION #5: There is an error in paragraph 6.11 it reads as follows:
6.11 The contractor shall repair and test so that they are compliant with general specification NAVSEA S9AA0-AB-GOS-010/030, applicable Standard Items, NSWC PHD 48402-2-009 and NSWC PHD 48402-2-010 on ship thirty cables (4 power, 10 copper data and 10 fiber). Contractor shall have their own test equipment to perform this testing. If cable can not be repaired then contractor shall pull new cable. Data cables are for IFF/C&D/SPY/SPQ-B/SPS-48/NAV/SSDS/PAAA Antenna.
It should read:
6.11 The contractor shall repair and test so that they are compliant with general specification NAVSEA S9AA0-AB-GOS-010/030, applicable Standard Items, NSWC PHD 48402-2-009 and NSWC PHD 48402-2-010 on ship thirty cables (5 power, 10 copper data and 15 fiber). Contractor shall have their own test equipment to perform this testing. If cable can not be repaired then contractor shall pull new cable. Data cables are for IFF/C&D/SPY/SPQ-B/SPS-48/NAV/SSDS/PAAA Antenna.
QUESTION #6:T he proposal due date in Block 9 of the conformed RFP SF Form states 19 July 2021. Has the due date changed?
This Due date was in error. The Due date has now been extended 09 Aug 2021.
QUESTION #7:410-8848733 CEC Installation Drawing for DDG, Sheet 15, List of Materials contains (5) line items each of which is marked GFM for CET Equipment and Cabling Installations. Should all material identified as GFM in the GFI, be included in each of the (7) BOMs and priced?
Answer:
All the GFM (5 items) on sheet 14 of the SID will be changed to IAF and will need to be included in your BOM.
QUESTION #8: CDRL A023, Condition Deficiency Report (CDR) states that ... shall be submitted upon receipt of deficient ship installation drawing (SID) found during installation. Is a CDR developed in circumstances other than deficiencies identified with SIDs? If so, could this be the same as the Condition Found Report (CFR) from the JFFM?
Answer:
CDR are going to most-likely be SID related finding with deficiencies in the SIDs. You could have an instance where you ask for more guidance/clarification in a CDR and also ask to use mechanical fitting vice brazing fittings.
QUESTION #9: Attachment JS-8, Tab Non-Key Personnel Staffing Plan: Is this Table to be submitted in addition to Attachment J-3?
Answer: Yes.
QUESTION #10: A resume is required for a Lead Welder but no man-hours are provided in Attachment J-8. There is a Welder LCAT that is wage determined; the rate is insufficient for a Lead Welder which is a working supervisory position.
Answer: It is not a separate labor category. The requirement is to have a welder that is a senior/most experience. The contractor is free to propose a reasonable rate.
QUESTION #11: If the Offeror does not agree with Government on the non-exempt labor category conformance to the WD (e.g., Laborer/Helper conformed to 23470), may the Offeror change it (e.g., Maintenance Trades Helper, 23580). [The question is asked since we have learned that minimum compensation rarely provides hard-working, punctual, and reliable (not calling out often...especially right after payday) employees.]
Answer: The contractor is free to propose a reasonable rate.
QUESTION #12: What is the function of the labor category Marine Chemist?
Answer:
This is a person that has certification to certify the space is free of any gasses and is ready for hot work.
QUESTION #13: What is the function of the labor category Platform Manager?
Answer:
This is an experienced person that has worked on various platforms such as SSDS, AEGIS and SDTS.
QUESTION #14: SOW 5.4: Is the contractor required to accomplish the CAD work to convert redlined drawings into SIDs to be used for the installation? If so, must the offeror add the Drafter/CAD Operator I, II, II, IV, or V?
Answer:
It is anticipated that the Platform Manager/Project Coordinator/Electronics Technician to be able to develop incidental drawing/minor changes to drawings on an AD HOC basics.
QUESTION #15: 410-8848733 CEC Installation Drawing for DDG, Sheet 15, List of Materials contains (5) line items each of which is marked GFM for CET Equipment and Cabling Installations. Should all material identified as GFM in the GFI, be included in each of the (7) BOMs and priced?
Answer:
All the GFM (5 items) on sheet 14 of the SID will be changed to IAF and will need to be included in your BOM.
QUESTION #16: CDRL A023, Condition Deficiency Report (CDR) states that ... shall be submitted upon receipt of deficient ship installation drawing (SID) found during installation. Is a CDR developed in circumstances other than deficiencies identified with SIDs? If so, could this be the same as the Condition Found Report (CFR) from the JFFM?
Answer:
CDR are going to most-likely be SID related finding with deficiencies in the SIDs. You could have an instance where you ask for more guidance/clarification in a CDR and also ask to use mechanical fitting vice brazing fittings.
QUESTION #17: # 6 below references a LAR, yet the file that was sent was 410-8848733 CEC CET Installation Drawing for DDG and does not seem to incorporate the LAR, at least that we can see?
Answer:
410-8848733 CEC CET Installation Drawing for DDG takes the place of the LAR. For estimating purposes use this drawing that was provided and estimate one installation per CET. Use DDG 80 Sheet 4 of this drawing for estimating all the CET installations.
QUESTION #18: Statement of Work, Page 32, Paragraph 6.2 it states, Contractor shall provide all necessary material identified in the SID package as IAF and all consumable materials related to the installation. In Section L, page 121, paragraph ix. it states that The Offeror shall propose the material cost plug numbers for the SHIPALT kits (IAF) needed to complete each installation. Is the Government intending to provide offerors with applicable SIDs for each type of install so that offerors can estimate the costs of each type of kit to be included in Section B? If not, how are offerors intended to estimate the costs of installation kits without knowing what is entailed in each type of install?
Answer:
SOW, Page 34, Paragraph 7.2 is states Contractor shall request SIDs from the Contracting Officer . Tables on pages 118, 119, 120 and 121 Offeror shall request SIDs from Government for USG-2B Fleet Intro Installations. Only one set of SIDs will be provide for all installations due to all other being very similar in scope.
QUESTION #19: Statement of Work, Page 32, Paragraph 5.4 states Contractor shall assist NSWC PHD in the SID development and approval process... This would make the assumption that the SIDs are not complete and therefore a list of materials for each IAF is not available? Please confirm.
Answer:
All SIDs that are provided to Offeror will be final. What this paragraph is requesting is for contractor to assist NSWC PHD in the development effort to draft, review and get approval of SIDs by the planning yards. This is additional SIDs on and above what SIDs will be provided.
QUESTION #20: Section B, Pages 4-15, 2001-2407 requires offerors to provide a unit price for each kit. Is the price proposed by offerors a fixed unit price? Please clarify what is meant by Estimate Cost as a proposed total?
Answer:
This is a cost contract with estimated costs. The contractor can propose the costs they project.
QUESTION #21: Attachment J-8, Required Staffing Plan provides labor category descriptions. Please confirm the description Piping, Flush, Clean and Testing should be the labor category Pipefitter Maintenance for proposal purposes.
Answer:
Yes, this is the correct category.
QUESTION #22: Attachment J-8, Required Staffing Plan provides the hours by labor category for each contract year. Can the Government provide the standard hours for each labor category? Based on the calculation of taking the category hours divided by a standard man-year, it seems that there are either portions of a man year or overtime required to support this effort. Can the Government confirm if overtime is required?
Answer:
The contractor is tasked to find standard hours for their proposal. It is up to the contractor if they believe overtime is required.
QUESTION #23: Attachment J-8, Required Staffing Plan provides the Governments estimated hours by labor category. Would the Government accept alternate proposals from offerors for less or more hours and still be considered acceptable? In addition, Section L Page 114, Section 4.0, 2nd paragraph notes "The Government estimated annual hours and costs are provided for proposal and planning purposes.
Answer:
The Contactor can propose what they believe is necessary to complete the contract tasks.
QUESTION #24: Section F, Pages 65-72 - The schedule lists the CLIN and delivery date but does not provide a period of performance for each contract year. Can the government update Schedule F to show the dates of each period of performance?
Answer:
Section G has the dates of period of performance for each CLIN.
QUESTION #25: Section G, Page 82 G-242-H002 Hours of Operation and Holiday Schedule - Request the Government review and confirm the new federal holiday Juneteenth is to be added.
Answer:
Added Juneteenth on the Holiday Schedule.
QUESTION #26: Statement of Work, Page 30, Paragraph 4.2.6 The contractor's corrective action shall include: Is this sentence intended to read like this? If not, what is intended to be included at the end of this sentence?
Answer:
4.2.6 The contractor shall take prompt action to correct conditions that have resulted, or could result, in data being submitted to the Government that is not in conformance with contractual requirements. The contractor's corrective action shall include:
4.2.6.1 Review of existing records indicating the types and number of inspections made, the types and number of deficiencies found, items of data rejected, the corrective actions taken, and the quantities of data items approved.
4.2.6.2 Review and revise, where necessary, existing procedures for conducting follow-up actions to monitor the effectiveness of corrective actions and to prevent the recurrence of discrepancies.
QUESTION #27: Section L, Page 108, Paragraph d.i.14 The last sentence An approved purchasing system means a contractor's purchasing system that has been reviewed and approved in accordance with FAR P... request the remaining part of the sentence be completed.
Answer:
The sentence finishes with ...FAR Part 44.3
QUESTION #28: Section L, Page 113 4.0 FACTOR 4: Price/Cost Proposal, Paragraph a.- Please confirm if the Schedule of Total Estimated Price is also the Cost Summary Format.
Answer:
Confirmed.
QUESTION #29: Section L, Page 115, iii, 3rd Paragraph, 4th line: ..shall propose a clause or use the one provided to be incorporated into the resulting contract which enforces the rate cap. Request the Government provide the clause for the indirect rate cap.
Answer:
FAR Part 52.216-15
QUESTION #30: Section L, Page115 Pre-Award Survey of Prospective Contractor Accounting System: Please confirm if a contractor has an approved accounting system that the completion of a pre award survey is not required.
Answer:
That is correct.
QUESTION #31: Section L, Page 117, (i), Last Sentence: ...agreement shall be made which would in costs paid by the United States under this contract. Please clarify what would in costs mean?
Answer:
The sentence now reads as follows: ...agreement shall be made which would in costs paid by the United States under this contract.
QUESTION #32: Section L, Page 118, USG-2B Back Fit Installations and Locations per FY: Offeror shall request SIDs from Government for USG-2B Back Fit Installations Only. Please clarify when this will be provided and to whom the request is to be addressed.
Answer:
Offeror shall request SIDs from Government for USG-2B Back Fit Installations Only one set of SIDs will be provide for all five installations due to all others being very similar in scope. Request needs to come from Offeror to Contracting Officer as stated in answer to question one.
QUESTION #33: Section L, Page 121, Paragraph xi, A SHIPALT kit bill of materials (BOM) shall be provided in Excel format in the format specified in Attachment JS-8. Please confirm where in JS-8 this list is to be provided.
Answer:
This was in error. Please, provide by creating a new tab in the JS-8 entitled Materials.
QUESTION #34: Section M, Page 126, Paragraph c. The Government will also evaluate the degree to which the proposed labor hours demonstrator the Offerors understanding of the requirement... Will the Government allow offerors to provide a different mix of labor categories and hours then what is listed in JS-8 Cost Summary Format?
Answer:
No, on labor categories. Contractors are free to propose hours needed.
QUESTION #35: Section L, Page 121, 2nd paragraph beginning with This scope of work is ..... including numbers 1 -5. Please confirm that this narrative refers to CLINs 2004, 2105, 2205, 2304, and 2405 (Cable Build and Test).
Answer:
Section L, Page 121, 2nd paragraph beginning with This scope of work is ..... including numbers 1 -5 This is related to table Communication As a Server CLINS 2006, 2107, 2207, 2306 and 2407
QUESTION #36: What GFI should the Offeror use to develop the BOM for CLINs 2006, 2107, 2207, 2306, and 2407 (Communication As A Server)?
Answer:
Use SIDs form USG-2B Back Fit Installation.
QUESTION #37: SOW 6.12 states: The contractor shall flush using NSWC PHD flush procedure 48402-2-010 (Series) all PAO piping for new full installations aboard ship. Please provide the NSWC PHD flush procedure 48402-2-010 (Series).
Answer:
Attachment is sent in DoD-Safe.
QUESTION #38: SOW 7.3.2: Contractor shall prepare a Quality Deficiency Report (QDR) to identify equipment discrepancies in accordance with CDRL A021. CDRL A021 states ...QDR shall be submitted upon receipt of deficient GFM . Is a QDR developed in circumstances other than deficiencies identified with GFM?
Answer:
Yes a QDR will be required if GFE/HSC equipment is damaged. The GFE/HSC material is stated in the SIDs.
QUESTION #39: GDIT's Capture Team would like additional information regarding solicitation (see attached), N6339421R0504 - Alteration Installation Team Support Services Program. The announcement is posted on GovWin, however not Navy's Seaport NxG portal. Will this solicitation be posted on Seaport's NxG portal or any other contract vehicle?
Answer:
No the Solicitation will only be posted on SAM.gov.
QUESTION #40: SOW Requirement 7.9 (RFP Page 34 of 130) states: Contractor shall correct deficiencies as identified in the work performed under SOW paragraph 6.6. Was it the government's intention to reference SOW paragraph 7.6 ( deficiencies as identified in the work performed under SOW paragraph 7.6. ) and not paragraph 6.6?
Answer:
It is SOW Paragraph 6.6. No error was made.
QUESTION #41: On Attachment JS-8 Cost Summary Format, the Fire Watch labor category contains an invalid SCA/eCraft Occupation Code No. 99100. Will the Gov't please provide the correct occupation code or provide further guidance for pricing purposes?
Answer:
No, please refer to the BLS percentile.
QUESTION #42: Attachment JS-8 Cost Summary Format references (3) levels of ETM; however, the BLS percentile/rates referenced are the same at $36.12. Does the Gov't intend to release an amendment to differentiate the rates between the varying ETM levels?
Answer:
Contractor can bid the rates they feel appropriate.
QUESTION #43: There are several terms in the SOW we have not seen before while conducting AIT projects for other U.S. Navy activities. We have looked through the JFFM, 9090-310G, NSWC PHD 310A, and the NAVSEA Standard Items with limited success. The terms are:
-
-
- SOW 5.6, Installation Requirements Manual (IRM)
-
Answer:
Installation Requirements Manuals are items like NAVSEA S9AA0-AB-GOS-010/GSO General Specifications for Overhaul of Surface Ships and Submarines, NAVSEA S9AA0-AB-GOS-030/GSO General Specifications for Overhaul of Surface Ships Submarines Aegis, NAVSEA Standard Items and others like these that provide the requirement to install systems onboard ships.
-
-
- SOW 5.8, Integrated Master Schedule (IMS)
- Is this the Integrated Product Schedule (IPS) from NAVSEA Standard Items?
- SOW 5.8, Integrated Master Schedule (IMS)
-
Answer:
The IMS is an overall schedule of work to help the project manager and technical team manage their work and to make sure they have enough resources and the correct documentation to support the installations. It is a high level over all tracking schedule.
-
-
- SOW 5.9, Project Planning Chart
-
Answer:
This is the overall chart of the installation tasking for all installations contractor is doing per FY. This is so the contractor can make sure all tasking is covered for CEC AIT Installations so that contractor finishes on time, has enough resources and doesn't impact ship schedule.
-
-
- SOW 7.3.1 & 7.3.2, Quality Deficiency Report (QDR) [CDRL A021]
-
Answer:
Yes a QDR will be required if GFE/HSC equipment is damaged. The GFE/HSC material is stated in the SIDs.
-
-
- SOW 7.12, Condition Deficiency Report (CDR) [CDRL A023]
- Covered in previously submitted question.
- SOW 7.12, Condition Deficiency Report (CDR) [CDRL A023]
-
Answer:
CDR are going to most-likely be SID related finding with deficiencies in the SIDs. You could have an instance where you ask for more guidance/clarification in a CDR and also ask to use mechanical fitting vice brazing fittings.
QUESTION #44: WRT the drawing package for the USG-2B Backfit, the 8587582 drawing is an arrangement drawing which does not identify all of the material but it does refer to references 4, 5, and 13. Please provide:
-
-
- 53711-101-6505133 Compartment Access and Deck Supports Starboard Profile.
-
Answer: See attachment sent via DoD-safe.
-
-
- 53711-401-8457568 OEIC41 SSES INCE AUG Topside ARR MOD
-
Answer: See attachment sent via DoD-safe.
-
-
- 53711-331-8588618 CEC AN/USG-2B INSTL LTG SYS INSTL8587
-
Answer: See attachment sent via DoD-safe.
QUESTION #45: Respectfully request a three-week extension for the due date of Proposals from 26 July to 16 August 2021 in order to develop and deliver a compliant Proposal. [Responses to several important requests and questions have yet to be received]
Answer:
The Government cannot accommodate 3 weeks, the Proposal due dates is now the 9th of August 2021.
QUESTION #46: Attachment JS-8, Row number 17 on the Required Staffing Plan LOE tab describes Foundation Machining services rather than a Labor Category. Based on the SCA Code the Foundation Machining service (23550), the labor category is a Machinist. Will the government confirm that this labor category is correct for row 17? Does the Offeror have the option to outsource these services as an ODC?
Answer:
Labor category is correct. There is no issue with outsourcing this tasking from a technical stand point.
QUESTION #47: Attachment JS-8, Row number 18 on the Required Staffing Plan LOE tab describes Optical Alignment services rather than a Labor Category. Based on the SCA Code the Optical Alignment service (30390) the labor category is a Photo-Optics Tech. Will the government confirm this labor category is correct for row 18? Does the Offeror have the option to outsource these services as an ODC?
Answer:
Labor category is correct. There is no issue with outsourcing this tasking from a technical stand point.
QUESTION #48: Attachment JS-8 Row number 19 on the Required Staffing Plan LOE tab describes Piping Flush, Clean and Testing services rather than a Labor Category. Based on the SCA Code the Piping Flush, Clean and Testing service (23790) the labor category is a Pipefitter. Does the government intend for this category to be the Pipefitter Key Labor Category or was this intended for flushing services? Does the Offeror have the option to outsource flushing services as an ODC?
Answer:
Labor category is correct. There is no issue with outsourcing this tasking from a technical stand point.
QUESTION #49: Attachment JS-8 Row number 16 on the Required Staffing Plan LOE tab describes is for a Marine Chemist (SCA Code 30090). Marine Chemist services are typically outsourced as an ODC. Does the offeror have the option to outsource these services as an ODC?
Answer:
There is no issue with outsourcing this tasking from a technical stand point.
QUESTION #50: Does the note at above the Table (on rows 1-5) on the Labor tab of Attachment JS-8 apply to this solicitation regarding a maximum pass-through rate of eight percent? This statement appears to be associated with the Seaport-NxG contract vehicle. Request it is removed.
Answer:
Removed.
QUESTION #51: For clarity, request the government include the ODC CLINs from Section B on the ODC tab of Attachment JS-8?
Answer:
Request Denied.
QUESTION #52: Paragraph ix of Section L on page 121 states, The Offeror shall propose the material cost plug numbers for the SHIPALT kits (IAF) needed for each installation. Attachment JS-8 ODC tab indicated the government plug cost is $95,000 for the base period and each option period. Is this plug number for material (2000 CLINs) and ODC (4000 CLINs)?
Answer:
The $95,000 is an example only. Contractor shall fill in the appropriate numbers they are proposing.
QUESTION #53: Paragraph ix of Section L on page 121 states, The Offeror shall propose the material cost plug numbers for the SHIPALT kits (IAF) needed to complete each installation. A SHIPALT Kit bill of material (BOM) shall be provided in Excel Format in the format specified in Attachment JS-8. This offerer cannot find a format specified for these BOMs in Attachment JS-8. Does the government have a preferred format for the BOMs and should the BOMs be provided as separate attachments or included within Attachment JS-8?
Answer:
Please, follow the below format.
QUESTION #54: If additional labor categories are added to the Non-Key Proposed Staffing Plan tab of Attachment JS-8, will the government confirm that the Estimated Labor Hours provided on the Required Staff Plan LOE tab would not have to be reduced to accommodate the hours added to the Non-Key Proposed Staffing Plan tab, so the grand total LOE remains the same.
Answer:
Confirmed.
QUESTION #55: On Page 114, Section L 4.0.a states, Use the Government estimated annual amounts specified in Attachment JS-8 for labor category hours, material costs, travel costs and ODCs in developing the proposal. The Government estimated annual hours and costs are provided for proposal and planning purposes. Please confirm the overall LOE provided in the Estimated Labor Hours shall remain the same if Offerors add additional labor categories and hours to the Non-Key Proposed Staffing Plan tab of Attachment JS-8.
Answer:
Confirmed.
QUESTION #56: Paragraph 1.2, on page 110 is silent on the quantity of resumes required for each Key Personnel proposed. How many resumes does the government require for each Key Personnel proposed?
Answer:
Project Coordinator/Manager - 1 Resume
Quality Control Manager - 1 Resume
Task Leader - 4 Resumes
Electronics Technician Maintenance III - 3 Resumes
Welder - 2 Resumes
Pipefitter, Maintenance - 2 Resumes
QUESTION #57: May resume pages be excluded from the page limit for Volume 1 (see Table on page 109)?
Answer:
Yes.
QUESTION #58: Currently there is no area provided on the Non-Key Proposed Staffing Plan tab of Attachment JS-8 for cost. Will the government provide instructions of where to locate the pricing for any proposed Non-Key Labor? Should the Offeror list them within CLIN 1001, 1101, 1201, 1301 and 1401?
Answer:
Yes.
QUESTION #59: May the government confirm that each of the Elements (Technical Approach, Resumes, and Staffing Plan) will be equally weighted within Factor 1 Technical Capabilities and Experience during evaluation of Offeror's proposals?
Answer:
Confirmed.
QUESTION #60: Cable Build and Test (services) is included for the Base and all Option years as shown in Section B and in the Deliveries of Performance Table in Section F; however, there is not a location table provided for it in Section L under sub-paragraph viii ODC . Can the government provide a Location Table for Cable Build and Test for the Base and each Option Year?
Answer:
All Cable Build and Test it is anticipated that this be done at contractors site no travel is required for this part.
QUESTION #61: It appears that the Communication As A Server Location Table is out of place on page 121 in Section L, paragraph 4.0. Can the government confirm that this Location Table should begin after the sentence The above travel locations and periods may change to accommodate changes in ship schedules that immediately follows the Cable Repair and Test Location Per FY Location Table that begins on page 120.
Answer:
That is correct. The below paragraph is part of the CAAS requirement and the table describes the travel locations.
The Table above is for CAAS and describes the travel locations. The locations may change to accommodate changes in ship schedules.
This scope of work for CAAS is very similar to the CEC USG-2B upgrade. SIDs were provided for the USG-2B upgrade and can be used as guidance for this task. Details of work are as follows:
1. One rack of equipment which will need a foundation and sway brace, rack will require a 120VAC power input via ship power panel with CCB
2. Minimal ventilation modification
3. Fourteen data cables (six single-mode fibers, six multi-mode fibers, two Ethernet CAT-5/6 cables), a. Each cable will be three hundred feet long (some cables will be longer and other shorter) for estimation,
b. Some cable run will go through water tight penetrations and MCT
c. Perform testing on all cabling per notes and references on SIDs.
4. Repair of existing decking/cribbing/matting cause by installation
5. Require to rig rack into space
QUESTION #62: Can the government confirm that the use of the word kit in Section B is a collection of IAF material (BOM) generated from the SID package?
Answer:
That is correct. Kit is the same thing as collection of IAF material (BOM) generated from the SID package.
QUESTION #63: Section B references the Government is procuring kits and the CLINs are COST type. Where does the Government intend the Offerors to propose the labor costs to procure the material needed for the kits and/or prepare the kits?
Answer:
The government is not procuring any kits (IAF materials) it is the contractor responsibility to procure material to install. The term kit is material that is being procured for installation (IAF). The labor costs are in the engineering services labor costs to procure this material.
QUESTION #64: Should the Place of Performance on Required Staff Plan LOE tab in column J of Attachment JS-8 be Contractor Site vice Government Site, TBD for all Labor Categories?
Answer:
Contractor site can be used which is why we added TBD as an option. The Government knows work will be done both at contractor's site and government's site.
QUESTION #65: Will the government allow the realignment of quantity of hours by Labor Category on the Required Staff Plan LOE tab in column J of Attachment JS-8?
Answer:
Contractor can propose their estimates.
QUESTION #66: In regard to Section L, Paragraph 4.0 (xi)(a) and (b), please confirm that an approved accounting system and purchasing system are required for award?
Answer:
Confirmed.
QUESTION #67: Reference Page 116, Section L, Paragraph Limitation on Indirect Cost Rates. Placing an indirect cost rate cap limits the collection of cost from an otherwise allowable indirect cost. This can be harmful to small businesses. Please confirm the Government does not require Offerors to propose or agree to an indirect cost rate cap.
Answer:
Request Denied.
QUESTION #68: In reference to Section B, it appears the ECSC Back-Fit Kit Procurement is missing from the Base Year. Will the Government clarify the CLIN to use for pricing?
Answer:
There are no ECSC being installed in the FY22 base year. There is a mistake in AECU to ECSC Back Fit Installations and Locations Per FY table located on page 119. Removed the one installation in San Diego CA.
QUESTION #69: In reference to Section B, the government requires offerors to price material procurement separately for each installation type (the 2000 series CLINs). Section L, paragraph ix of the solicitation directs the offeror to propose the plug number. Attachment JS-8 ODC tab provides the plug of $95,000. Would the government provide direction on how the offeror should distribute the $95,000 plug within the material CLINs in section B? Should offerors price section B material CLIN's proportionally based on each installations work scope?
Answer:
The $95,000 are not plug numbers just examples. Each contractor should propose their own numbers.
QUESTION #70: The solicitation Section L paragraph viii references SID's and LAR's for some of the installation types. However, no reference to GFI is made for Cable Repair and Test or Cable Build and Test. Some reference is required for officers to determine work scope and develop BOM for these tasks. Will the government provide GFI or other Technical Data for Cable Repair and Test and for Cable Build and Test?
Answer:
Contractor shall use the tables below for estimating Cable Repair and Test/Cable Build and Test.
QUESTION #71: Will the Government provide a three-week extension to the due date (until 17 August 2021) to allow for receipt and review of the drawings, analysis and incorporation of the Questions and Answers information into our proposal, and due to the loss of time with the holiday?
Answer:
The Government cannot accommodate 3 weeks, the Proposal due dates is now the 9th of August 2021.
AMENDMENT 0003 Q&A
QUESTION #1: On the first solicitation, it appeared that the government was looking for 6 key resumes. Two (2) recent questions were asked about Key Personnel and the Government responses were as follows:
AMENDMENT 0002 Q&A
QUESTION #1: Paragraph 1.2, on page 110 is silent on the quantity of resumes required for each Key Personnel proposed. How many resumes does the government require for each Key Personnel proposed?
Answer:
Project Coordinator/Manager - 1 Resume
Quality Control Manager - 1 Resume
Task Leader - 4 Resumes
Electronics Technician Maintenance III - 3 Resumes
Welder - 3 Resumes
Pipefitter, Maintenance - 3 Resumes
- And -
QUESTION #56: Paragraph 1.2, on page 110 is silent on the quantity of resumes required for each Key Personnel proposed. How many resumes does the government require for each Key Personnel proposed?
Answer:
Project Coordinator/Manager - 1 Resume
Quality Control Manager - 1 Resume
Task Leader - 4 Resumes
Electronics Technician Maintenance III - 3 Resumes
Welder - 2 Resumes
Pipefitter, Maintenance - 2 Resumes
Can you please confirm if there are 6 total key resumes required as per the solicitation, or if the requirement is for 15 total required key resumes per Question #1 of Amendment 0002 Q&A or 13 total required key resumes per Question 56?
Answer:
Project Coordinator/Manager - 2 Resumes (1 east coast and 1 west coast)
Quality Control Manager - 2 Resumes (1 east coast and 1 west coast)
Task Leader - 4 Resumes
Electronics Technician Maintenance III - 3 Resumes
Welder - 3 Resumes
Pipefitter, Maintenance - 3 Resumes
Total Resumes = 17
QUESTION #2:
The timeframe for questions to be submitted to the Government was, and still is, listed in the solicitation (L-215-H007 SUBMISSION OF QUESTIONS BY OFFERORS) as (b) The deadline for receipt of questions is 10 days prior to the solicitation closing date.
Since the closing date has been moved to Current Date Offers Due, Aug 9, 2021 , will the government be answering questions until 10 days prior to August 9th, with ten days prior to August 9 being July 31st as the last day for questions?
Answer:
Yes, the government will answer questions until 10 days prior to August 9th.
AMENDMENT 0004 Q&A
QUESTION #1: On Friday July 16, 2021 the Government issued Amendment 0003 Question 1 with answer on the modification documet:
Answer:
Project Coordinator/Manager - 1 Resume
Quality Control Manager - 1 Resume
Task Leader - 4 Resumes
Electronics Technician Maintenance III - 3 Resumes
Welder - 3 Resumes
Pipefitter, Maintenance - 3 Resumes
Total number of resumes = 15
But had the following in the conformed:
Project Coordinator/Manager - 2 Resumes (1 east coast and 1 west coast)
Quality Control Manager - 2 Resumes (1 east coast and 1 west coast)
Task Leader - 4 Resumes
Electronics Technician Maintenance III - 3 Resumes
Welder - 3 Resumes
Pipefitter, Maintenance - 3 Resumes
Total number of resumes = 17
Please clerify:
ANSWER: There was an error in amendment 3 on the modification copy. The error has been corrected and the resumes that should be provided are as follows.
Project Coordinator/Manager - 2 Resumes (1 east coast and 1 west coast)
Quality Control Manager - 2 Resumes (1 east coast and 1 west coast)
Task Leader - 4 Resumes
Electronics Technician Maintenance III - 3 Resumes
Welder - 3 Resumes
Pipefitter, Maintenance - 3 Resumes
Total number of resumes = 17
QUESTION #2: Drawing 8868986, there are (6) material line items (101 106) that constitute a pre-fabricated item. Does the Government require the price of each of the items that will be used to fabricate the end item, or the cost of the pre-fabricated item which includes encompasses the (6) material line items?
Answer:
It would be the cost of the pre-fabricated item broken out into two categories Total Labor and Total Material costs.
QUESTION #3: Drawing 8868988, there is a line item identified as HSC which the Offeror is required to price. The line item is CONTROLLER ENVIRONMENTAL CONTROL SYSTEM M0-23/USG LEVEL CODE 28-01-13 and there is insufficient information to acquire a vendor price. Please advise.
Answer:
HSC = Hardware System Command and is not required for vendor/Offeror to quote. It is just like GFE and will be provide by the Government.
QUESTION #4: Drawing 8868989, line item F0032 TEE STRAIGHT THERMOWELL COPPER NICKEL 90-10 BELLED END 1/2"X 1/2"X 3/4"NPS CLASS 200 PIPE SOCKET WELD FITTING : (1) Unable to locate. Request government to submit request to use alternate MIL-278 class weld. (2) Drawing states item shall be estimated IAW DWG 802-5959353 which requires that this item be welded IAW MIL 278 Class P-1 piping. No vendors are quoting the P-1 requirement. Please advise on how to proceed. Substitute MIL-278 class P-2 pipe welding?
Answer:
Will provide SEPCOR
QUESTION #5: SOW 6.12 reads The contractor shall flush using NSWC PHD flush procedure 48402-2-010 (Series) all PAO piping for new full installations aboard ship.' 48402-2-010 (series) is entitled NSWC PHD Coaxial Transmission Line . 48402-2-004 is CETPS (AN/USG-2/2a/2B) Coolant Piping Flush . Is this the correct procedure for 6.12?
Answer:
Yes these are the correct procedures for 6.12, 6.13 and 6.14
QUESTION #6: Attachment J-8, Tab Required Staff Plan_LOE: The man-hour cells for Base Year through Option Year 4 are all fractional for the Task Leader as follows: 114,95.6 (Base); 20,745.6 (Opt. 1), 27,970.6 (Opt. 2); 24,995.6 (Opt. 3); and 22,810.6 (Opt. 4) which sum to 108,018. Rounding up, sums to 22,820. The Platform Manager has the same status with fractional man-hours. Should the Offeror bid fractional man-hours? Please advise.
Answer:
Offeror should bid their best offer.
QUESTION #7: Amendment 0002, Q&A #47: The labor category Optical Alignment Services requires an estimated 667 man-hours over a five-year period. WRT outsourcing, the Offeror has been in discussion with a couple of vendors: first, they do not have an approved accounting system which is required to do CPFF work and 2nd, only do work through FFP vehicles. Recommend that the Government consider that the Offeror can use FFP vendor(s) for this alignment work that can be bid as an ODC during TI pricing. Please advise if this is satisfactory or provide an alternate avenue to use FFP for this alignment support maximum of two projects per year iaw SOW 6.15. Also, if approving the FFP route, how should the Offeror bid (or not) the man-hours?
Answer:
This is a CPFF contract not a FFP contract. The alternitives for accounting systems are listed in the solicitation.
QUESTION #8: Amendment 0002 requires three resumes for the Pipefitter labor category but the maximum number of man-hours estimated on Attachment J-8 is 3,014 in Option Year 2 which is approximately 1.6 FTEs. Recommend reduce number of resumes for Pipefitters to two.
Answer:
No we are requiring three resumes for pipefitters
QUESTION #9: Amendment 0002 requires three resumes for the Welder labor category. On SOW page 33 within this amendment identifies a Welder, Lead . The maximum FTE per year for the Welder labor category is approximately 6. Does the Government require three Lead Welders?
Answer:
No we are requiring three resumes for pipefitters
AMENDMENT 0005 Q&A
QUESTION #1: Reference Page 152, Wage Determinations of Amendment 0003, Section L For pricing and evaluation consistency request the Government update the San Diego CA WD to the most recent revision, Rev 16 issued on 7/21/21 and provide an updated Attachment JS-9. In addition, please confirm the most recent WD revision for all locations shall be used in the Offeror's pricing.
ANSWER: The JS-9 is for reference only and not part of the contract. The offeror may use an updated SCA wage determination when available and reference the new material in a reasonable manor.
QUESTION #2: Reference Page 153 of Amendment 0003, Section L, Paragraph 3, last two sentences state, ...The following draft clause is acceptable to the Government. Should the Offeror propose an alternate, it shall cover the same substance as is contained in the draft text. Request he Government provide the draft clause and draft text referenced in these sentences.
ANSWER: Amendment 0003 Is self-explanatory and will not be elaborated any further.
QUESTION #3: Reference Page 155 of Amendment 0003, Section L, second paragraph reads, Subcontractor proposals shall include subcontract cost data in the same level of detail and format as required for the prime contractors. And two paragraphs later reads, ...Subcontractors proposed as T&M or FFP shall provide fixed rates or fixed prices for each contract year in Attachment JS-8 without breaking out the direct labor and burdens. Please confirm that the Prime Contractor is responsible for determining the subcontractors T&M or FFP pricing as fair and reasonable and conducts the rate analysis, therefore the subcontractor is not required to provide cost data (and respective cost narrative) at the same level as the Prime contractor under these contract types to the Government.
ANSWER: The paragraph states Subcontracts that provide less than 3% of the total proposed labor hours shall only be proposed on a Time & Materials (T&M) or Firm Fixed Price (FFP) basis. The paragraphs are self-explanatory and no further explanation will be given.
QUESTION #4: References (1) SF33, Block 9; (2) Page 141 of Amendment 0003, Section L, Clause 252.215-7012; and (3) Section L, Page 146 and 147, Section L, Paragraph 3.0, 4.0, and 5.0. Please confirm Offerors shall only submit the entire proposal via electronic means (i.e., email directly to the POC listed in Section 10 of the SF33 or via DOD SAFE).
ANSWER: Confirmed.
QUESTION #5: Given the complexity of calculating travel and ODC costs across as many as forty (40) separate CLINs and 5 periods, as well as the Government's notation in the RFP on pages 120-121 under the Install and Location Tables which states, The above travel locations and periods may change to accommodate changes in ship schedules. , request that the government provide Not To Exceed (NTE) values under CLINs 3001-3401 and 4001-4401, inclusive.
ANSWER: The Government denies this request.
QUESTION #6: Cost Summary Format Attachment JS-8 under the ODC tab has an amount of travel of $240,053 as travel per year. It has not been clear if this is also a plug number and to be used by offerors or is it just a place holder example and offerors are to estimate out all the travel requirements and come up with their own estimate.
ANSWER: This is an estimate.
The Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) has issued a solicitation to provide engineering and technical support services for the Alteration Installation Team (AIT). This procurement is for the Air Dominance Department (A-Dept.) and involves installation, modification, logistics, and upgrade for various Cooperative Engagement Capability systems of NSWC PHD. NSWC PHD A-Dept. is the In-Service Engineering Agent (ISEA) for the Cooperative Engagement Capability (CEC). NSWC PHD is a field activity of Naval Sea Systems Command (NAVSEA).
Work Details
The Contractor shall include installation task planning & coordination, procurement of installation material & prefabrication, installation execution, reporting, and closeout.
The Contractor shall also include material tracking, inventory management, packing, crating, and handling for shipments and receipt transactions, material shipping, material disposal, inventory database updates, routine inventories, and procurement of incidental materials.
Place of Performance
The primary work location will be at NSWC PHD in Port Hueneme, California.