Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
MODIFICATION

13 -- 105mm Canister Cartridge M1040

Notice Date
4/21/2006
 
Notice Type
Modification
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-06-R-0625
 
Response Due
5/8/2006
 
Archive Date
6/7/2006
 
Description
The purpose of this Amendment is to answer questions that have been submitted regarding the above-mentioned solicitation. Question 1: CLIN 0006 for 6,000 each M148A1B1 Cartridges is not designated as an Option under the RFP. However, on page 37 of Section F, the delivery schedule for CLIN 0006 is indicated as ???8 MAC option award???. Please clarify if the Government intends CLIN 0006 to be an Option under the resultant contract. Answer : Yes, CLIN 0006 is considered part of Option 2. If Option 2 is awarded, the expected delivery date of CLIN 0006 will be 8 months after the exercise of Option 2. In other words, if the FY08 Option is exercised will it include both CLIN 0005 and CLIN 0006. Question 2: As general information, the offeror requests identification of the end use for the M148A1B1 Cartridges. Answer: They are cartridge cases, not cartridges. They are for Government inventory to be supplied to the 105mm contractors as GFM. Question 3: Paragraph 3.1 (pg 7): The offeror will require a certified Technical Data Package List 13012536 in order to perform the tasks indicated in this paragraph; a certified list was not provided with the solicitation TDP. Answer: The TDP and associated documents are DRAFT. In the Addendum to the TDP included on the disk, there are two changes that are in the ECP process and will be incorporated. The first is the barcoding requirement; the second is note changes to the cartridge case drawing. At this time there are no other changes foreseen other than possible tolerance or minor dimensional corrections. Testing will not be complete before the close of the RFP, but any additional changes will not have any impact on the contractor???s proposals. This should not preclude the contractors from proposing any of the requirements of the SOW. At the completion of PQT testing, the TDP will be formally certified. Question 4: Paragraph 3.1.1 (pg 7): Restriction of the nitrocellulose to the NTIB Industrial Base has a potential cost impact to the Government. In order to offer the most competitive prices for the M14 propellant, would the Government consider lifting this restriction? Answer: No, the restriction is mandated by Industrial Base Team. Question 5: Paragraph 3.1.2 (pg 8) indicates the contractor will be responsible for the procurement of the PA117 containers for the first production year only. However, Clause I.6, Schedule of Government Furnished Property, (page 57) it appears containers for CLIN 0004, Option 1, in a quantity of 1,410 + 25% each have been inadvertently omitted. Please clarify PA117 containers for CLIN 0004 will be Government Furnished Property. Answer: Yes, Clause I.6 does NOT show the cans for CLIN 0004. There should be an additional GFM quantity of 1,410 +/-25%. Question 6: Please confirm that the PA117 GFM containers will come equipped with the internal pack components. Answer: The PA117 GFM Containers will be the metal can only per Drawing 9378166, Container, Ammo, Metal, PA117. The contractor will still be responsible for the procurement of the internal pack components. Question 7: Paragraph 4.2.3 (pg 12), Acceptance Inspection Equipment (AIE): There appears to be a conflict between submittal instructions provided in Paragraph 4.2.3.1, CDRL A003 and Section E.11, ARDEC Clause 34 (pg 32). Please provide an order of precedence or amend the solicitation for clarity. Answer: Section C, Paragraph 4.3.2.1 does not call out any submittal instructions. Paragraph 4.2.3 states submittal is to be in accordance with CDRL A003 prior to the manufacture of deliverable hardware. CDRL A003 states ???Submit 30 days prior to First Article or Production, if First Article has been waived???. Section E.11 states ???shall be submitted to the Government for review and approval as directed on the Contract Data Requirements List, DD FORM 1423???. All these statements refer to the CDRL A003. There is no conflict. Question 8: Paragraph 4.2.3 refers to Section 4.2.1 which cannot be located within the SOW. Answer: The paragraph are numbered to reflect the following were inadvertently deleted from the Section C. 4.1.2 Product Traceability and Lot Control 4.1.3 Verification of Purchased Product 4.1.4 Subcontractor and Vendor Audits 4.2 Quality Program Plan 4.2.1 Inspection/Test Plan Question 9: Paragraph 4.4 (pg 14): Lot Acceptance references LAT samples IAW MIL-C-70983A that is a specification applicable to the M830A1. Please verify MILSPEC is correct. Answer: The MIL Spec reference should be deleted and replaced with Detailed Specification DTL13012536 which is the specification for the M1040. Question 10: Paragraph 7.4.4.7 (pg 21) requires a complete electronic copy of the TDP in Pro/Engineer format, version Wildfire 2 or later, within 30 days of contract award. In order to meet this aggressive schedule, it will be necessary for the Government to provide the TDP in its native format for immediate conversion. Can the Government supply the native format immediately or will relief to the submittal date be granted? Answer: Once an award is made, a ProE Format TDP can and will be provided. Question 11: Paragraph 7.10.3.1 (pg 23). Will the successful bidder have access to the document change history for all M1040 unique parts on the Systems Applications Product (SAP) program? Answer: The TDP provided in the RFP is the baseline. There is no change history in SAP. Question 12: The ballistic samples of CE and CV are not deliverables. We recommend removing these from page 25. Answer: No, it is the position of ARDEC Packaging office to leave as deliverables. Question 13: Similarly, pg 28 requires 5 pound samples of propellant be delivered for CV, CE, First Article, Lot 1 and Lot 2 LAT and Lot 1 and Lot 2 production. In accordance with Section C.3.2, only ???one 5 pound sample of propellant from each lot of propellant used in cartridge lot production??? shall be delivered. Because only one lot is contemplated for the CV, CE, First Article and Lot 1 units, the schedule in Section D will be inconsistent with Section C requirements. Answer: Section D, Propellant Sample is revised to reflect that only one 5 pound sample is required from each propellant lot. Please disregard the list of items being procured and the delivery schedule. Question 14: E.10.c. (pg 32), ARDEC 33 Rework and Repair of Nonconforming Material: Documentation on DD Form 1694 (Request for Deviation) is required for both rework and repair items. However, typically a Request for Deviation is only required for rework items. Offeror requests the DD Form 1694 be limited to rework items only. Answer: No, request denied. Abide by the clause. Question 15: E.13.f (pg 36), ARDEC 40 First Article Test (Contractor Testing): Request the lapse in production period be extended from 90 days to 180 days to support potential option awards at the most efficient price to the Government. Answer: No, request denied. It stays at 90 days. Question 16: Section F, Deliveries or Performance: The offeror respectfully requests the Government reassess the timing of the FAAT and LAT in relation to CLIN 0001 first lot deliveries. Requiring delivery of the FAAT 90 days prior to first deliveries and LAT 60 prior to first deliveries leaves the contractor only 30 days to LAP the entire cartridge lot following the standard Government testing approval time. Therefore, the base year production schedule appears overly aggressive. GD-OTS requests adjustment of the schedule to FAAT 9 MAC, LAT 11 MAC and first deliveries 12 MAC. Answer: The Government???s position is to leave it as is. The Production Plan should meet the SOW requirements. Given the total contract quantity, nine months is more than enough time. Question 17: Offeror requests reopener language for both increases and decreases to the price of steel. Answer: No. The Government is providing rate reopener language for the increase and decrease to the price of tungsten, however, the Government does not believe that steel is as volatile as tungsten. Question 18: Section I.8 (pg 58), Material Safety Data Sheets (MSDS): This clause requires submittal of MSDS sheets prior to contract award. It is requested that submittal of the MSDS documents be changed to ???within 60 calendar days after contract award???. Answer: The Government approves this recommendation and hereby modifies the MSDS be provided within 60 days after contract award. Question 19: L.6 (pg 83), Evaluation of Offers/Quotes ??? First Article Approval ??? Contractor Testing. Because there is no requirement in Section B to separately identify first article costs, the evaluation method associated with First Article Sample waiver reflecting herein would not be applicable. GD-OTS respectfully requests deletion or modification of this clause. Answer: Clause ARDEC 120 - Evaluation of Offers/Quotes ??? First Article Approval ??? Contractor Testing is hereby deleted. Question 20: CDRL A003, AIE Design for Critical Characteristics: The total number of required copies appears to total four (4); however, only three recipients have been identified. Please clarify if only three (3) copies will be required or identify the fourth recipient. Answer: It should be three copies, one to each of the recipients stated. Question 21: Please provide the information that was apparently omitted from clause A.4.5 and A.4.7. Answer: A.4.5. Procurement Information X This Procurement is unrestricted A.4.7. Additional Information (i.e.; In accordance with 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(a)(2)(ii), this acquisition is restricted to the following source: N/A. Question 22: Please confirm that CLIN 0001 and 0002 will both be awarded as part of the base contract award. Answer: Yes. Question 23: 4. Section C, Paragraph 5.2.1--This paragraph references "Form DD254" but one was not provided with the solicitation. When will this be provided to offerors? What parts of this solicitation or work effort are considered to be classified? Answer: Paragraph 5.2.1 states that entry of classified data onto any magnetic storage device shall be in accordance with the requirements of the Form DD254. There is no classified data to be generated, transmitted, utilized, etc under this contract. Question 24: Section D and Section F.1--The quantities and delivery schedules listed in Section D are in conflict with the quantities and delivery schedules listed in Section F.1. Which are the correct quantities Answer: Section D.4 is revised as follows: 24 Ctgs Propellant CE 3 MAC 20 Ctgs Propellant CV 4 MAC 50 Ctgs First Article 6 MAC 30 Ctgs Lot 1 LAT 7 MAC 2050 +/- 20% Ctgs Lot 1 9 MAC Question 25: Section D and Section F.1--The delivery section of Section F.1 does not include delivery requirements for the Propellant CE and Propellant CV cartridges contained in Section D. Shouldn't these be included in the F.1 schedule? Answer: No, they do not belong in Section F. Section F is contractual deliveries that the Government pays for. Propellant CE/CV cartridges are contractor items for contractor testing. Section D simply states estimated transportation requirements, not contractual deliveries. Question 26: Clause H.1 states that "The Contracting Officer may exercise the option by written notice to the Contractor within 60 days". Within 60 days from what period (after base contract award)? Answer: Within 60 days of the last delivery scheduled. Question 27: Clause H.5, Tungsten Rate Reopener Clause--This clause requires the contractor to lower his price if the price of tungsten decreases. This clause does not appear to include a re-opener if the price of tungsten increases from what was used by the contractor in their proposal. Shouldn't a re-opener clause work to both parties benefit Answer: H.5 Tungsten Rate Reopener Clause is revised as follows: The winning contractor agrees to negotiate the cost of tungsten with the Government 60 days after award of each option, if exercised. If the market price of tungsten increases or decreases, the winning contractor will re-price the negotiated effort using the adjusted price of tungsten and calculate the cost impact. The base index will be the price of tungsten in the London Metal Exchange (LME) on the day the solicitation is issued. The maximum amount of any increase is 5% of the cartridge unit price. No adjustment will be made for any escalation amount that falls within +/-10% of the base index. Question 28: We note that there are several paragraph numbers missing within Section C, i.e. 4.1.2 through 4.1.6., etc. Answer: The information is complete in the SOW, however, the numbering was omitted. The paragraphs are numbered as follows: 4.1.2 Product Traceability and Lot Control 4.1.3 Verification of Purchased Product 4.1.4 Subcontractor and Vendor Audits 4.2 Quality Program Plan 4.2.1 Inspection/Test Plan Question 29: According to the SOW and DD Form 1423 Block 4, the DIDs associated with the following CDRLs are supposed to be tailored but there is no information provided in the DD From 1423 Block 16 delineating how they are supposed to be tailored: A004, A006, A007, A010, A011, A012, A013, A017, A018, A021, A022, A024, and A025. Answer: Please defer to the information provided in Block 16 and if there is a conflict with the original. If the information in Block 16 does not alter the original, go with the original and ignore the word ???Tailored???. Question 30: 13. CDRLs, A016 and A019, Block 4 state that the DID is supposed to be tailored. This does not agree with the SOW references plus there is no tailoring information in Block 16. Please clarify. Answer: Please disregard ???Tailored??? in Block 4. Question 31: We think that CDRL A026 on page 13 of 15 of the DD From 1423 should be corrected to read A027 and that the SOW reference in C.7.6 and C.7.6.2 should be amended to reflect this numbering change. Also, Block 16 should be updated to include the DID tailoring information. Answer: In the SOW, A026 follows immediately after A025, so therefore it should be numbered as it is. Also, the SOW reference paragraphs are correct. The tailoring is in reference to the formatting being in the Section J of the RFP. Question 32: In section B (page 6) should the total price for each CLIN be the unit price multiplied by the basic quantity or the maximum quantity? For example, for CLIN 0001 should the total price be the unit price multiplied by 2,050 or 2,050 plus 25%? If it is the higher quantity, adding 25% to 2,050 yields 2,562.5 (a portion of a unit). Please clarify. Answer: The unit price shall be multiplied by the maximum quantity. Question 33: There are no references to financing in the RFP. We request that clauses 52.232-16, Progress Payments, and DFARS 252.232-7004, DoD Progress Payment rates, be added via amendment to the RFP. Answer: Clauses 52.232-16, Progress Payments, and DFARS 252.232-7004, DoD Progress Payment Rates are hereby incorporated into the RFP. Question 34: In the event that the progress payment clauses are added, we request that the acquisition of long lead production material be authorized since the schedule does not afford the time to wait until the completion of first article to acquire production material. Answer: The Government will not authorize the acquisition of long lead production material. Question 35: Section 4.3.1 includes requirements for FAAT. Since separate FAAT CLINs are not included in the RFP, should a full FAAT be assumed for PY1 and each option and included as part of the unit price Answer: Full FAAT will be required for each option as part of the unit price. Question 36: Section 3.1.2 (page 8) states that PA117 metal cans for option phases will be GFM. Does this include the inner packing material for the cans Answer: The GFM will be the metal can only per drawing 9378166 Container, Ammo, Metal, PA117. No inner can packing will be provided. Question 37: Clause I.6, Schedule of Government Furnished Property, lists PA117 cans as GFP for only three option years (it appears to not include option 1) and is in conflict with section 3.1.2. Please clarify. Answer: PA117 cans for Option 1 was inadvertently omitted from Clause I.6 and is hereby included. Question 38: Section D (page 25) states that bar coding is required. Please provide details of this bar coding requirement. Answer: The information concerning the 2-D barcoding requirement, titled ???Addendum to the M1040 TDP???, was included on the TDP disk that was available to all bidders upon request. Question 40: The clause 52.245-2, Government Property (Fixed Price Contracts) is included in the RFP. Per the prescription in 45.103(b) it is requested that Alternate 1 to this clause be added to the RFP. Answer: The Clause 52.245-2, Government Property (Fixed Price Contracts) remains as is. Question 41: The RFP includes two demilitarization clauses, 52.210-1000 (page 8) and I.3 (page 54). It appears that the first clause may refer to an acquisition regulation clause dated May 1963 that is no longer valid. The current version of the FAR shows section 52.210 as ???reserved???. It is requested that the requirement to adhere to 52.210-1000 be deleted or further information be provided. Answer: FAR 52.210 is currently shown as reserved and Clause 52.210-1000 is hereby removed. Question 42: It is requested that FAR 52.225-8, Duty-Free Entry, be added to the RFP. Answer: No, since the components for the M1040 cartridges are being purchased within the National Technology Industrial Base (NTIB) (U.S./Canada).
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-06-R-0625)
 
Record
SN01032809-W 20060423/060421221030 (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.