Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2017 FBO #5608
MODIFICATION

39 -- SCAMP Expeditionary Crane (SCAMP II)

Notice Date
3/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-17-R-0103
 
Archive Date
4/21/2017
 
Point of Contact
Oddny G. Yerby, Phone: 2568760282, Yasmine Clanton, Phone: 2568765427
 
E-Mail Address
oddny.g.yerby.civ@mail.mil, yasmine.clanton.civ@mail.mil
(oddny.g.yerby.civ@mail.mil, yasmine.clanton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The following Questions were recieved by the Contracting Office regarding the solicitation. The Answers are included herein: Main Solicitation, 1 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION MAR/2016 - Page 46/95: Clause (c)(1)(i) - Confirm line items to be included. - Page 46/95: Clause (c)(1)(ii) - Confirm line items to be included. - Page 46/95: Clause (c)(1)(iii) - reference "Attachment Number -5-." Confirm or correct this information. - Page 47/95: Clause (c)(1)(iv) - reference "Attachment Number -6-." Confirm or correct this information. ANSWER: ACC will revise the above portions of the Solicitation via Amendment 0002. Main Solicitation, INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERERS - Page 84/95: 1. d. States "Proposals shall consist of six volumes:" - Only five are listed. Confirm or correct this information. ANSWER: ACC will revise the above portions of the Solicitation via Amendment 0002. 1-SOW 3.4.2 Acceptance Testing refers to "Crane assembly/quality traveler packet". Q: Where is this document referenced, located and defined in the Solicitation? ANSWER: In manufacturing, a "traveler packet" refers to a quality record used throughout the assembly/production of an item to document that the item was assembled correctly. Various quality assurance systems (ISO 9000, for example) may refer to this packet differently. 5-Net Training Locations: - Confirm correct name for "1106th TASM G, Fresono" ANSWER: 1106th TASMG, Fresno CA - Confirm correct name for "Camp George Wes, Colorado" ANSWER: Camp George West, Golden CO - Optional TBD: Which locations outside the USA are to be included? ANSWER: None. All Optional TBD NET Training locations will be CONUS locations. 12-PID R7, 3.6 Tip-Over Prevention: ASME B30.5-2014: 5-1.9.10.2 Load Indicators, Rated Capacity Indicators, and Rated Capacity Limiters. "All cranes with a maximum rated load capacity of 3 tons or more shall have a load indicator, rated capacity indicator, or rated capacity (load) limiter." Q: Will all cranes purchased under the SCAMP II program be required to meet this industry standard? ANSWER: The PID paragraphs 3.6.1 and 3.6.2 outline the threshold and objective requirements for the SCAMP requirement. 12-PID R7, 3.6 Tip-Over Prevention: The Solicitation and supporting attachments do not discuss utilization of a Load Moment Indicator (LMI) or Moment Limiter to protect against structural overload and subsequent crane failure. Q1: How will the SCAMP II prevent the operator from overloading to structural failure when tip-over is not imminent? ANSWER: A requirement was not included that covers this question because total rated capacity should include structural weaknesses. For example, an offeror's crane should only be rated to lift a certain weight at a certain height given outrigger and boom positions if and only if the overall structural integrity of the crane allows it. Q2: Should the crane automatically restrict danger functions when the rated capacity limit is achieved? ANSWER: If "danger functions" refer to any function that would cause damage to equipment or injury to personnel then yes - the crane should restrict operations when rated capacity is achieved. Further, the crane should also alert the operator when a "danger function" is imminent. Please see paragraph 3.6 of the PID. Q3: Should the crane automatically restrict danger functions when the anti-two block, low cable on winch, and 4 programmable working envelope limits are achieved? ANSWER: Yes. Please see paragraph 3.13 of the PID. Q4: Should the crane have all Rated Total Load charts programed internally, including 1, 2, & 4 part of line and the optional attachments? ANSWER: Yes. Unless the offeror's crane requires a "part of line" adjustment to perform the tasks specified, the "part of line" will not be adjusted outside of standard configuration. Optional attachments are not a requirement of this solicitation unless required to perform the functions specified. Q5: Should lifting be restricted to the Rated Total Load chart? ANSWER: We do not intend to operate outside the manufacturer's specified limitations, so lifting should be restricted to the manufacturer's load chart. NOTE: The intent for Load Moment Indicator (LMI) and tip-over prevention for this system is to prevent a scenario where the operator may lift an object with the crane in some configuration (environmental conditions, weight of the lifted object, outrigger position, boom length, etc) such that the rated capacity for the crane is exceeded, resulting in unsafe operations that include but are not limited to the crane tipping over or the load being dropped. The crane subsystems should, through audible or visual means, alert the operator that a tip-over situation is about to occur and prevent the operator from causing a tip-over incident. Please see paragraph 3.6 of the PID. 12-PID R7, 3.14.2 Equipment Lighting "... switchable between standard lighting and Night Vision System (NVS) compatible lighting." Q: Should this be Blackout Lights instead of NVS, or is this a reference to a particular product? ANSWER: NVS is the correct term. "NVS compatible lighting" typically means that the lighting will not interfere with the operator's vision while conducting operations in periods of low illumination while the operator vision is aided by the use of a night vision device (night vision goggles such as but not limited to the AN/AVS-6). 12-PID R7, 3.16.4 If equipped with tracks, then tracks shall be commercially available non-marking tread. Q1: If equipped with tires, shall tires be commercially available non-marking tread? ANSWER: If equipped with tires, the offeror is not limited to non-marking tread. Q2: One set non-marking tracks per machine total, or one set non-marking in addition to standard tracks? ANSWER: If equipped with tracks, commercially-available, non-marking tracks are required. Standard tracks are not required. 12-PID R7, 3.32.2 The SCAMP II shall not require calibration or recalibration. This statement conflicts with 3.32.1 which allows calibration of subsystems integrated within the system. Q: Which statement takes precedence? ANSWER: The crane cannot require the purchase of special tooling or special test equipment, nor can it require being sent back to the contractor for calibration. If calibration or recalibration are required, the task must be able to be performed by a field-level operator/maintainer with already available equipment. Please see Attachments 7, 8, and 9 to the RFP for lists of available tools. 15_Delivery Order 0001 REV A Q1: Are the first 6 machines under CLIN0001 (delivered to Drum, Hood HAAF) COTS machines or SCAMP machines? ANSWER: All cranes provided to the Government should meet the requirements as listed in this SCAMP RFP. The Government's desire is to purchase a commercially- available crane. Certain military specifications (i.e., painting and marking or lift and tie-down requirements) may require minor modification to the commercial system. Q:2 Are the next 6 machines under CLIN0001 (delivered to Eustis) COTS machines or SCAMP machines? ANSWER: All cranes provided to the Government should meet the requirements as listed in this SCAMP RFP. The Government's desire is to purchase a commercially- available crane. Certain military specifications (i.e., painting and marking or lift and tie-down requirements) may require minor modification to the commercial system. ADDITIONAL COMMENTS AND QUESTIONS: ONE: Actual cranes must be used to prepare and validate the technical manuals prior to delivery to the Army to support the Army conduction Log Demo and technical manual verification. Q. Will two COTS cranes or two SCAMP cranes be used to prepare the Army technical manuals and Repair Parts and Special Tools List (RPSTL) as required per CDRL B002 and SOW paragraph 3.3.4.1? ANSWER: All cranes provided to the Government should meet the requirements as listed in this SCAMP RFP. The Government's desire is to purchase a commercially- available crane. Certain military specifications (i.e., painting and marking or lift and tie-down requirements) may require minor modification to the commercial system. The cranes purchased under the final contract will be the cranes that are used to support Log Demo and TM Verification. TWO: Two cranes are required to perform troubleshooting and maintenance concurrently, otherwise it will cause a significant delay in the delivery schedule. One cannot troubleshoot a machine that is in various stages of disassembly. Q. Will two COTS cranes or two SCAMP cranes be used for technical manual and New Equipment Training development? ANSWER: All cranes provided to the Government should meet the requirements as listed in this SCAMP RFP. The Government's desire is to purchase a commercially- available crane. Certain military specifications (i.e., painting and marking or lift and tie-down requirements) may require minor modification to the commercial system. The cranes purchased under the final contract will be the cranes that are used to support the development of TMs and New Equipment Training. THREE: Currently first delivery of six cranes are purposed to 3 Army Posts as specified in Attachment 15_Delivery Order 0001 REV A. Q1 Does the Government have any plans formally test any of the first six cranes, or is the testing resulting from the production sample prior to award serve as the approved crane? ANSWER: The first cranes delivered after contract award will be provided to units for the purposes of satisfying operational test requirements. Operational tests are "...field test, under realistic conditions, of any item...for the purpose of determining the effectiveness and suitability of...equipment... for use in combat by typical military users; and the evaluation of the results of such tests." The testing for these initial cranes will (in part) include but not be limited to using the cranes in an operational environment (on a flight line, in a hangar, or in an austere environment) in support of Army Aviation aircraft maintenance. Q2. Will any formal Army testing be required for the first six machines? If so, is there a testing document that can be provided by the Government? ANSWER: See above. Q3. What is the anticipated timeline between the conclusions of formal Army testing as it relates to the LogDemo and Technical Manual Verification events? \ ANSWER: There is not a specified timeline between the completion of SSPD and the Log Demo/TM Verification events. An unspecified amount of time is required for the Government to conduct final evaluation and perform contract actions in support of final contract award. It is specified in the solicitation that, from the time of contract award, the offeror will have 60 days to deliver the first 12 units. FOUR: Currently the Attachment 15_Delivery Order 0001 REV A does not list any delivery requirement time frames for any of the B CDRLS (CLINS 0007 through 0011). Q: Can the Government provide delivery requirements in DACA? ANSWER: Per the CLIN narrative for each B CDRL CLIN, please reference the Exhibit B, B CDRLS. The delivery dates are stated in Block 12 of each deliverable item. FIVE: Statement Of Work paragraph specifies Acceptance Test Procedures that are conducted by the contractor in accordance with Attachment 10_ TB43-0142. To clearly determine the Scope Of Effort for testing requirements we have the following questions: Q1. Will the only testing required for the Cranes be contractor testing in Accordance with Attachment 10_TB43-042? ANSWER: No. Offerors can also use Attachment 12 - PID R7 as a guide for testing. For example, the offeror's cranes that are selected to move into SSPD testing will be required to meet environmental and electromagnetic requirements. The standards for those tests are listed in the body of Attachment 12 - PID R7. In cases where the offeror has a commercially available crane that has been tested and meets other federal requirements, offerors are encouraged but not required to provide copies of those test results. For example, if an offeror's crane has received an FCC compliance document for testing of EME, the offeror may provide the documentation for the successful completion of those tests. However, further testing may be required to meet military standards as specified in PID R7. Q2. It is noted that paragraph 3.26 of Attachment 12- PID R7 specifies Electromagnetic Environment (EME) requirements that are over-and-above the commercial equipment standard. The solicitation or supporting attachments do not specify any testing schedule to meet this requirement. Will the testing requirements specified in paragraph D2, subparagraph f of Attachment 10_ TB43-0142 be sufficient to comply with the EME requirements? ANSWER: As stated in PID R7 paragraph 3.26, MIL-STD-461 and MIL-STD-464 will be used to guide EME testing necessary for the crane. Q3. It is also noted in paragraph 3.24 of Attachment 12- PID R7 specifies Environmental Conditions. Will the Army perform any Environmental Tests over and above the testing requirements specified in Attachment 10_ TB43-0142? ANSWER: As specified in PID R7 paragraph 3.24, MIL-STD-810 will be used to guide environmental testing for the crane. Q4. For both Q2 and Q3 above, when will the Army configured cranes be shipped to ATC and how long will it take to be tested? ANSWER: Upon review of the offeror's response to this solicitation, the Army will issue a purchase order to each offeror whose proposal is determined to be eligible to continue into SSPD testing according to Part C on page 91 of the solicitation. The offeror will have 60 days from the date the purchase order is issued to deliver their crane to ATC. Duration of testing is dependent upon the quantity and complexity of the cranes that are present for SSPD testing. SIX: Crane Refurbishment is not currently a part of this solicitation. Q: Does the government intend to have awardee perform refurbishment of the initial machine used for SSPD, or any of the initial 12 machines? ANSWER: The Government does not, at this time, plan to perform refurbishment of any cranes. SEVEN: The Government requires up front pricing the CLIN 0002 Field Support Package (FSP) and CLIN Authorized Stockage List (ASL). As a common practice both the FSP and ASL are prepared after the Level Of Repair Analysis is completed and the Provisioning Technical Documentation is prepared. During this process the Government reviews the proposed Source Maintenance and Recoverability (SMR) Codes in the Provisioning Data File (LSA 036 Report) to assist in determining what will be purchased to support the Crane during its lifecycle. Q1. Is it the desire of the Government for the contractor to estimate and price both the FSP and ASL items prior to conducting the formal analysis to determine the items required? ANSWER: The proposed systems should have commercial sales and service history within the last 36 months, which should allow for the development of an estimated FSP and ASL and a reasonable cost estimate. The final FSP and ASL shall be Government approved if cooperation with contractor in full consideration of the contractor analysis used in development of Level of Repair Analysis and Maintenance Allocation Chart, and Provisioning Technical Documentation. Q2. Is it the Government's intent to get a budgetary estimate for a cost estimate with a future contract modification for both the FSP and ASL once the LORA and Provisioning Data is complete? ANSWER: The proposed systems should have commercial sales and service history within the last 36 months, which should allow for the development of an estimated FSP and ASL and a reasonable cost estimate. The final FSP and ASL shall be Government approved if cooperation with contractor in full consideration of the contractor analysis used in development of Level of Repair Analysis and Maintenance Allocation Chart, and Provisioning Technical Documentation. EIGHT: Evaluation weighting factors. Q: What are the evaluation weighting factors to be used during the source selection process? ANSWER: As specified in the solicitation (page 90 of 95): The award for the Expeditionary Crane will be made based on the best overall proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the five (5) evaluation factors: Requirements Summary Matrix, Technical, Price, Past Performance and Small Business Participation. The Requirements Summary Matrix is independent of the other factors and will be used as an initial evaluation to determine which Offers will progress to SSPD testing phase. The Technical Factor is significantly more important than the Price Factor. The Price Factor is more important than the Past Performance Factor. The Past Performance Factor is more important than the Small Business Participation Factor. All non-Price Factors combined are significantly more important than Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2718954439086e817c2dede273868e94)
 
Record
SN04454696-W 20170401/170331000011-2718954439086e817c2dede273868e94 (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.