Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2007 FBO #2083
MODIFICATION

84 -- Joint Combat Identification Marking System(JCIMS)

Notice Date
8/8/2007
 
Notice Type
Modification
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785407R2081
 
Response Due
8/14/2007
 
Point of Contact
Sally Aultman 703-432-4249
 
Description
The purpose of this amendment is to extend the offer due date to August 14, 2007/4:30 PM local time, revise the SOW and FAR clause 52.212-2, and incorporates FAR clause 52.217-7 in full text. This amendment also addresses questions received from potential offeror as follows: 1. We have a question about CLINs 0001-0003 and Option CLINS 0101 ? 0403. Under 52.212-2 (2) (b) page 19, the RFP states: (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). a. Per FAR Part 15.404-1(g), pricing is unbalanced where the price of one or more of the CLINs appear significantly over or understated when analyzing the prices proposed by the offeror which may increase performance risk and could result in the Government?s payment of unreasonably high prices. b. Also, with regards to options, is there a requested timeframe that the Government desires for the Options pricing to remain valid? In accordance with FAR Clause 52.217-7. 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one year of contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. If the Government exercises an option, the Government shall have an additional year to exercise the next option quantities. The Government's right to exercise the options shall continue in one year increments until all options have been exercised. 2. On Preparation of Proposals: a. Does the 5 page limit include or exclude the SF 1449? The page limitation applies only to the technical proposal; it does not apply to the completed and signed SF 1449 and continuation sheets. b. Does the 5 page limit include or exclude the Cover page? The page limitation applies only to the technical proposal; it does not apply to the completed and signed SF 1449 and continuation sheets. c. Does the 5 page limit include or exclude any Rep and Certs? The page limitation applies only to the technical proposal; it does not apply to the completed and signed SF 1449 and continuation sheets, including the Reps and Certs. d. Can supplemental information be provided outside the 5 pages if it is believed by the offeror to add significance to the proposal as an addendum? Please limit your proposal to five pages. Additional data that may be accepted includes technical documentation, testing, and certifications to the specifications. 3. CLIN1 a. Is a tolerance of 2?+.125 -0 acceptable for the glow tape square on CLIN1? This means the square could be slightly larger than 2? but never smaller. Yes b. Would it be judicious to require the hook fastener to be in compliance with MIL A-A-55126B? The Government only requires the items to meet the requirements of the design specification. c. How many samples do you desire? One sample of each. 4. CLIN 2 and CLIN3: a. Is the intent for the button on device to attach to the forward button on the shoulder pocket of the marine uniform? Yes Does Figure 1, with the exception of square size, represent the general location for the glow square when adhered? No, when affixed correctly, the marker will extend vertically from the button to the base of the pocket. b. Are there specifications on the tan and green colors that should be adhered to? No. However, the color should be very similar to the respective colors of the Marine Corp Pattern (MARPAT) utility uniform. c. Is it desirable for the button on square to be free to rotate around the button? No d. All offerors must be provided with the same or similar information. Therefore commenting on the ?reasonableness? of any offeror?s proposed solution prior to the actual evaluation of proposals received in response to the solicitation would be inappropriate unless the particular offeror that sought our preliminary response also provided us with explicit permission to share our response and the proposed solution to each prospective offer. As it appears that no offeror has provided us explicit permission to share our thoughts with each prospective offeror on its proposed solution even though it has provided us a drawing, it would be inappropriate for us to comment on the drawing and will not do so at this time. e. How many samples do you desire? One sample of each. 5. Is earlier delivery, at no additional charge to the US Government, desirable? If so, will delivery be considered as part of the evaluation criteria? Yes, early delivery is desirable. It would be beneficial to get this equipment delivered as soon as possible. However, early delivery will not be considered as part of the evaluation criteria since we only require that delivery dates be met. 6. Instruction to Offerors (b) (5) requests the inclusion of, terms of any express warranty. How will the Government consider warranty as part of the evaluation criteria? The evaluation factors for this solicitation are Technical Acceptability and Past Performance. Warranty is not an evaluation factor. Please include your express warranty if one accompanies your commercially available products. An express warranty is not required for this procurement. 7. In the Description / Specification / Statement of Work, Design Specification 2.0 specifics degree reflection angle is 0.5 degrees. Would it be possible that the 0.5 degrees is a typo or is this correct? The degree reflection angle .5 degrees is an administrative error and should read 5 degrees vice 0.5 degrees. 8. Is the Government going to test the samples provided by the offerors? If so what are the intended parameters which are going to be tested? How will the competitors be rated against each other for these parameters? The Government intends to evaluate the products for technical acceptability based on the Description/Specification/Statement of Work included in the solicitation. Award will be made to the responsive and responsible Offeror whose proposal (conforming to the solicitation) represents the lowest evaluated price meeting or exceeding the acceptability standards for non-price factors. An excerpt from the solicitation that provides design specification is provided below: DESIGN SPECIFICATIONS. IR Reflective Personnel Markers consist of IR reflective tape, with an operating wavelength of 830-1060 nanometers (nM) and 5 degree reflection angle, and a means to secure the marker to the uniform. To the unaided eye, the texture and finish of the IR reflective tape will exhibit no reflective glow. IR Reflective Personnel Markers for the Battle Dress Uniform (BDU) IR Reflective Personnel Markers for the BDUs shall be manufactured with a ?button-on?, 2?x 2? squares of IR reflective material that is sewn on to a nylon backing. This backing will have one button hole located at the top of the marker so that it can be attached to the shoulder pocket buttons of the BDU. IR Reflective Personnel Markers for the Flame Resistant Organizational Gear (FROG) IR Reflective Personnel Markers for the FROG uniform shall be 2?x 2? Velcro affixed squares. 9. Can the Government rank the relative importance as prescribed in 52.212-2 (a) and 15.304 (e). The solicitation shall also state, at a minimum, whether all evaluation factors other than cost or price, when combined, are - (1) Significantly more important than cost or price; (2) Approximately equal to cost or price; or (3) Significantly less important than cost or price. 52.212-1 included in the solicitation states ?Award will be to the responsive and responsible Offeror whose proposal (conforming to the solicitation) represents the lowest evaluated price meeting or exceeding the acceptability standards for non-price factors.? This has been added to 52.212-2 also. 10. What is the operational effective range requirement for the specification? Products are expected to work within what range? 800 Meters.
 
Record
SN01366415-W 20070810/070808222350 (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.