SPECIAL NOTICE
A -- Questions & Answers (RMSA)
- Notice Date
- 7/26/2011
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst), 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W91LV2-11-R-1000
- Archive Date
- 10/24/2011
- Point of Contact
- Jake Perrotta, (609) 562-6788
- E-Mail Address
-
MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst)
(jake.r.perrotta.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1) Paragraph 3.3 Prototype Units of the Performance Work Statement (PWS) states "The RMSA prototype units shall meet the fabrication and performance requirements developed during contract performance..." The prototype unit cost is significantly impacted by the offeror's assumed level of performance during the proposal and could vary greatly between the competitive offers. Is it the Government's intent to have each offeror independently define the architecture of the prototype units for bidding purposes or will standard assumptions and/or guidance be provided to all bidders? A1)The government has specified a functional/operational requirement requesting proposed technical solutions to meet the specified operational requirements. There are multiple possible technical solution sets each with it's own requirements for a prototype architecture to best demonstrate the operational performance and worth of the specific technical solution set. For this reason beyond basic prototype parameters the government is not requiring specific prototype architecture but requests that the contractor proposes that which will best fit their technical solution set and field demonstration requirements. The distribution of costs across technical phases of the proposal are not expected to be the same for all proposals, due to anticipated differences in proposed technical solution sets. 2) Section B Item No 0003 of the solicitation requests the estimated cost for providing "...services, facilities and materials IAW para. para. 3.3 of the Performance Work Statement." Paragraph 3.3.2 Testing & Acceptance of the PWS includes "...test events that shall be performed during the field test evaluation of the Prototype RMSA system." Finally, paragraph 1.3 Period of Performance/Place of Performance states that "...field acceptance testing which will be held at Fort Dix, NJ. Operational demonstrations will be held with one each at Fort Dix and Picatinny Army Depot, NJ." Should the cost of conducting "field acceptance testing" include the cost of using Government test facilities or will the test facilities be provided as GFP? A2)The cost of using government test facilities should be included in the cost of conducting field acceptance testing and field demonstrations. 3) Paragraph 6.0 Proposed Performance Schedule of the PWS does not provide Hardware Down-select Milestone or date. What is the Government's proposed date for this milestone? A3)The equipment down select would by necessity of the posted performance schedule need to be at or after Preliminary Design Review (225 days post award) and prior to Equipment Procurement (240 days post award)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c3a9898bf37dc7bedef216e53ba13e84)
- Record
- SN02511242-W 20110728/110726235727-c3a9898bf37dc7bedef216e53ba13e84 (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 |