Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
MODIFICATION

81 -- JMICs and Collapsible Frame JMIC Assemblies

Notice Date
4/26/2006
 
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-0256
 
Response Due
5/11/2006
 
Archive Date
6/10/2006
 
Description
SOLICITATION CLARIFICATIONS Page 5: 52.212-1, paragraph (h) "Multiple Awards": Please confirm it is the Government's intent to award only one contract as a result of this solicitation. It is the Government???s intent to only award one contract. Page 8: FAR 252.219-7011: This clause contains the phrase, "...ineligible for this 8(a) award..." (italics added). Please confirm that this acquisition is unrestricted as indicated in Block 10 of the SF 1449. The acquisition is unrestricted. Page 10, ???Basis for Award???: The merit rating is an integrated assessment of past performance and price. d. Paragraph 1.2 also states that the Government reserves the right to award to "other than highest technically rated" offeror. Since there is no technical proposal required (question 4.b below applies), please clarify how the Government intends to determine technical ratings and specify the importance of technical ratings relative to merit rating: price and past performance. Technical rating refers to information provided as part of past performance and in this case is synonymous with past performance. e. Identify the ways in which prices of Small Business offerors will be evaluated differently from those of large businesses; specifically, any and all differences in the quantitative method(s) used by the Government to calculate the evaluated price of Small Business offers as compared to the evaluated price of large business offers. Both small and large businesses will be evaluated the same. Page 11, second paragraph of Basis for Award paragraph 2.7: This paragraph states, "The Past Performance factor is the least important in relation to the merit rating (bid sample and technical areas) and price factors as described above." This sentence should be considered deleted from the solicitation. a. There does not appear to be any other reference to a bid sample requirement. Please clarify if a bid sample is required. A bid sample is not required and should be removed from this paragraph. b. There does not appear to be any other reference to proposal content addressing "technical areas". Please clarify if a technical proposal is required and, if so, specify the required content and format and explain the basis for evaluation. Technical proposal (other than Past Performance information requested) is not required. Page 13, "Delivery Schedule": a. Confirm the planned contract award date or indicate a "not later than" date for contract award, so we can verify that we can meet the firm receipt dates indicated for the JMICs, Collapsible Racks, and Double-Length Base Units. The planned contract award date is on or about 15 June 2006. b. For CLINs 0001 and 0002 the previous version of the solicitation requested quantity range pricing for the optional production quantities (CLINs 0001AC and 0002AC, respectively). The Revised Solicitation does not appear to allow for quantity range pricing. We believe it is in the Government's interest to use quantity range pricing as it allows offerors to account for efficiencies in purchasing and production that apply to each quantity range. We request the Government specify quantity ranges for CLINs 0001AC and 0002AC as follows: 0001AC 0002AC 1 to 10 1 to 10 11 to 25 11 to 25 26 to 100 26 to 100 101 to 200 101 to 160 201 to 300 The SubCLINs above should include these quantities. Page 16 CLIN 0003: The RFP requires a fixed price for the Double-Length Base Unit which is not yet designed. For pricing purposes, please indicate the Government's estimated weight of the Double-Length Base Unit and the approximate percentage of parts commonality with the JMIC. The estimated weight is approximately double that of the JMIC ??? the JMIC is approximately 325 lbs, so the double-length is approximately 650 lbs. Commonality of parts is 90% - it???s basically the same as the JMIC but double the length. Has the Government funded any contractor, subcontractor, or consultant to fabricate all or part of the JMIC or Collapsible Rack, to either the current design or a predecessor design? If so, please identify the firm and indicate if this firm be allowed to bid on this procurement. No, the items were made by in-house Government. Assuming results of LMUA/MUA is favorable, how does the Government plan to procure additional JMICs? Will the contract resulting from this solicitation be modified or will a new competitive procurement for full production be undertaken Option quantities will take care of these requirements. There does not appear to be any Buy American requirement. Please confirm there is no restriction on foreign material content or on foreign value-added content. There is no restriction on foreign material content or on foreign value-added content. Please confirm that the Government has built and tested JMICs and Collapsible Racks per the design specified by the RFP and that those units met all tare weight, performance, and test requirements specified in the RFP and associated technical data package. Yes, these have been tested or will be tested prior to contract award. Is there a separate Critical Item Product Fabrication Specification for the Collapsible Rack JMIC Assembly (7516585) similar to the one for (7516510)? There is a separate Critical Item Production Fabrication Spec for the Colllapsible Rack JMIC Assembly (7516585) being developed - it's in for signature now. It will be very similar to the Spec for the JMIC Container and will be provided shortly. In reference to FAR clause 52.246-1 - Does Picatinny have any reporting requirements of the (major) Classification of Characteristics features listed in the drawing package for this solicitation There are no special reporting requirements for Major Characteristics.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-06-R-0256)
 
Record
SN01035670-W 20060428/060426220957 (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.