RFP Q&As – SWHARC16R0009 2 December 2016 SOLICITATION Q&As SWHARC16R0009 – INL/A UH-1 Programmed Depot Maintenance (PDM) 2 December 2016 NOTE: Responses provided below are informational only and do not change the terms of the solicitation. All solicitation changes will be accomplished by the Contracting Officer through the issuance of a solicitation amendment utilizing Standard Form 30. 1. RFP Section / Attachment Number N/A Page Number and Paragraph N/A N/A What are the range of Serial numbers by type certificate for the State Department fleet of UH-1 aircraft? This information is not readily available. The Department’s fleet of single and twin engine UH-1 helicopters was manufactured between 1966 and 1974. 2. N/A N/A N/A If an offeror needs to add type certificates to the repair station capabilities list to cover all DoS inventory, is it acceptable to present a plan to acquire them by contract award? We do not anticipate any additional UH-1-type helicopters added to this contract. 3. N/A N/A N/A Does the DoS own, and be providing, any tooling/fixtures to the awardee? Solicitation attachment 3 contains a list of GovernmentFurnished Equipment (GPE). 4. Section L, Volume II Business Page 79, (5) Tab 5 Notice of Earned Value Management System Submit information required per FAR 52.234-3 (Notice of Earned Value Management System – Post Award IBR). The government sites 52.234-3 “Notice of Earned Value Management System” however there are no reporting requirements that would be supported by the use of an EVM system listed in the RFP. Is an approved/compliant EVM system required for this contract? An approved / compliant EVM system is required. Reporting requirements will likely be incorporated at the delivery order level. Solicitation Requirement Page 1 of 2 Question / Recommendation Government’s Response RFP Q&As – SWHARC16R0009 5. RFP Section / Attachment Number Section L 2 December 2016 Page Number and Paragraph Pgs. 84-85 L-012, Volume V – Corporate Experience Solicitation Requirement Question / Recommendation Government’s Response Provide a list of up to fifteen (15) corporate experience references. References should be for recent corporate experience providing services that are of similar scope, magnitude, and complexity as those required under this solicitation. To be most favorably considered, relevant experience should be within the last twelve (12) months from the date of release of this solicitation. Corporate experience that is older than three (3) years from the date of release of this solicitation will not be evaluated. In order to provide the Department of State the most qualified and technically capable offerings that can reduce execution risk and cost, it is requested that the government consider allowing the offerors’ key teaming partner(s) corporate experience to be utilized in conjunction with the Prime’s. Suggest the following wording be added to the solicitation: The Government will consider corporate experience of major subcontractors. However, it will not be considered as favorably as corporate experience of the offeror. To be rated highly, the proposal must clearly demonstrate that the offeror has performed as a prime contractor at least ten (10) PDMs and full overhauls of Bell UH-1 or equivalent commercial aircraft. In conducting its evaluation, the Government will consider the following aircraft to be “commercial equivalents” to the Bell UH-1: Page 2 of 2 “This amendment clarifies that offerors’ corporate experience references, required for Volume V – Corporate Experience, may be references of the prime offeror, proposed joint venture partners, or major subcontractors, defined as any subcontractor that will likely provide more than 20% of the required effort. For purposes of the submission and evaluation of corporate experience references, the term “offeror” shall mean the prime offeror, proposed joint venture partners, or major subcontractors.” Solicitation amendment A001 will be issued to clarify the language.