Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

66 -- TS-4558/U Test Equipment Modernization

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31PQ-17-B-0004
 
Archive Date
6/10/2017
 
Point of Contact
Patricia Ann Adams, Phone: 2568420206, Martha White, Phone: 2568764335
 
E-Mail Address
patricia.a.adams.civ@mail.mil, martha.c.white8.civ@mail.mil
(patricia.a.adams.civ@mail.mil, martha.c.white8.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
***The purpose of this amendment 6 is to extend the due date for bid samples an additional 02 days. Bid samples must be turned in on or before May 26, 2017 @ 3pm CST. There are no other changes to this solicitation.*** ***The purpose of this amendment 5 is to change STEP 1 submittal location for the technical proposals (4 Bid samples) that are due to be turned in on or before May 24, 2017 @ 3pm CST. This amendment in no way extend the response date. There are no other changes to this solicitation*** The Place of Performance address for bid submittal is changed as follows: TO: PD-TMDE ATTN: Kevin Gould Assistant Product Manager, TEMOD BLDG 3651, Army TACMS Redstone Arsenal, AL 35898 FROM: Building 5250 Martin Road Redstone Arsenal, Alabama 35898 United States Reminder: Offer shall submit proposals (bid samples) that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal (Bid Samples) as submitted; and The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals (Bid Samples) that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. **The purpose of this amendment 4 is to answer three questions related to the solicitation. This amendment in no way extend the response date. Bid samples are still due to be turned in on or before May 24, 2017 @ 3pm CST. There are no other changes to this solicitation*** QUESTION 1: In accordance with Amendment 3 of solicitation number W31PQ-17-B-0004, the delivery of bid samples is extended for 30 days and are now due on 24 May, 2017. The solicitation does not address how many sets of test cables will need to be provided with the four (4) bid samples. Will one (1) set of test cables be sufficient or will we be required to provide more than one (1)? ANSWER 1: The cables are an accessory therefore; "the accessories shall be provided for each bid sample provided." QUESTION 2: The MIL-STANDARD 50um simplex cable (M85045/32) has a long lead time of 26 weeks and is not currently available for the manufacturing of test cables. Are we authorized to manufacture these test cables utilizing commercial grade 50um cable? ANSWER 2: The solicitation or purchase description does not require mil-standard cables. It just needs to be compatible with 62.5/125, 50/125 or 9/125 micron. QUESTION 3: How many samples of transit cases will be required to be submitted with our OTDR bid samples? ANSWER 3: In accordance with the solicitation, the requirements described in Purchase Description, TEMOD-16-05, "Purchase Description for the Optical Time Domain Reflectometer (OTDR): TS-4558/U "paragraph 3.13 "Transit Case" and paragraph3.14 "Marking and Identification" are preferred, but not required, for submitted bid samples. The Purchase Description will be in full effect, in its entirety, after contract award for all units in the contract. ***The purpose of this amendment 3 is to extend the due date for bid samples an additional 30 days. Bid samples must be turned in on or before May 24, 2017 @ 3pm CST. There are no other changes to this solicitation.*** *** The purpose of this amendment 2 is to answer two more questions related to the solicitation*** QUESTION 3: I am working on this solicitation and wanted to find out about the TFOCA connector that we need to interface to. These have termini and can be anywhere from 2 to 12 termini on a connector. What are you guys looking for on this solicitation? I never saw anywhere that it mentioned this in the solicitation. ANSWER 3: The purchase description states that it shall interface to the Tactical Fiber Optic Cable Assembly II (TFOCA II). See sections 1.2, 3.12.2, 4.4.1, 4.5.1, and 4.5.2 of the purchase description. QUESTION 4: I also have a question on exactly what cables this solicitation wants us to provide. Do we supply launch cables that have simplex fiber and go from the four connectors SC, FC, ST and LC on each end, so it would be four different cables and then having this for 62.5, 50 and sm. So this would be 12 different launch cables. Or do they want these to be terminated with a TFOCA II connector and if so how do they want these broken out? I'm guessing it is the first scenario and we don't deal with the TFOCA connector and perhaps that is why it wasn't mentioned in the solicitation. QUESTION 4: See sections 3.12.2, 4.5, 4.5.1, and 4.5.2 of the purchase description. This should describe the types of interface cables. All other terms and conditions remain unchanged. ***This purpose of this amendment 1 is to clarify why attachment 0005 Transfer Set Standard, AN GSM-440 Reference Catalog is being provided and the Disposition Instructions for bid samples return. See answers to contractor's questions below. Question 1: I did not understand all of the attachments. I do know as I saw a reference in the request stating that you were providing tool list, if you do not have the tools we need for our unit, we will need to provide. Let me know if this is correct. Answer 1: The answer is stated in the Letter Request solicitation section II paragraph 1 e, which states: e. Maintenance and Calibration Fixtures, Extender Boards, Breakout Cables, Accessories, and Special Tools. To support the evaluation of the bid samples, the offeror shall provide, with the bid samples, any required maintenance and calibration fixtures, extender boards, breakout cables, accessories, and special tools that are not currently available in the Army's calibration team inventory; itemized in Transfer Set Standard Hand Receipt (Attachment 0004), Transfer Set Reference Catalog (Attachment 0005), and Supply Catalog for the Tool Kit TK-17/G (Attachment 0006) of this Contract Requirements Package (CRP). If no maintenance and calibration fixtures, accessories, extender boards, breakout cables, and special tools are required, the bidder shall so indicate. The Government will determine the required quantities for each fixture, board, accessory, and tool required in Step II. It is also mentioned in paragraph 1 n. Maintenance Support, number (2). Question 2: Quick question as for the bid samples am I to assume that we will not get these back and they (4 required) should include the entire kit? Answer 2: In response to if the bid samples provided to the government will be returned see answer below. Reference para 6 (See below), Disposition Instructions for Bid Samples. This should answer these questions. When they are asking about "entire kit", the accessories/connectors are treated as part of the bid sample. 6. Disposition Instructions for Bid Samples. All bid sample units will be retained by the Government, without charge, until contract award. Unless otherwise requested, four (4) bid sample units and one (1) copy of each of the O&M manuals will be returned to the unsuccessful offerors at their own expense after contract award. The Government may retain the remaining O&M manuals. Two (2) bid sample units and two (2) copies of each of the O&M manuals will be returned to the successful offeror at their own expense after contract award. The Government will retain two (2) bid sample units of the successful offeror, without charge, until completion of deliveries from the first production lot of the resultant contract, at which time, the bid sample units will be returned as provided above. The Government will not be held responsible for the condition of bid samples returned to any offeror. All other terms and conditions remains unchanged. **** THE PURPOSE OF THIS NOTICE IS TO EXTEND THE NOTICE OF INTENT FROM 24 MARCH 2017 BY 3:00 PM CST TO 13 APRIL 2017 BY 3:00PM CST. POTENTIAL BIDDERS MUST NOTIFY THE CONTRACT SPECIALIST OF YOUR INTENT TO PARTICIPATE IN THIS TWO STEP SOLICITATION ON OR BEFORE 13 APRIL 2017 BY 3:00PM CST. NO TELEPHONE REQUESTS WILL BE ACCEPTED. YOU MAY EMAIL YOU REQUEST TO Patricia. A. Adams, Senior Contract Specialist, patricia.a.adams.civ@mail.mil. BID SAMPLES ARE STILL DUE ON OR BEFORE 24 APRIL 2017 AFTER ISSUANCE OF STEP 1 LRFBS.****** The Army Contracting Command- Redstone Arsenal (ACC-RSA), on behalf of the Office of Product Director, U.S. Army Test Measurement and Diagnostic Equipment (TMDE), is issuing a Two-Step Sealed Bid (IFB) W31P4Q-17-B-0004. This is a combined synopsis/solicitation notice for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (IFB 17-B-0004) is being issued as an Invitation for Bid for Optical Time Domain Reflectometer (OTDR): TS 4558/U Test Equipment Modernization (TEMOD). The Army Program Executive Office, Combat Support & Combat Service Support (PEO CS&CSS); Product Director, Test, Measurement & Diagnostic Equipment (PD TMDE); Test Equipment Modernization (TEMOD) program is responsible for the acquisition and fielding of state-of-the-art, commercial/non-development General Purpose Electronic Test Equipment (GPETE). New test equipment is used to standardize the inventory and replace existing obsolete test equipment. The combined two-step sealed bidding process will be used for this solicitation. The first step, technical proposals (Bid Samples) are obtained, and discussions held; Technical Proposals (Bid Samples) shall not include prices or pricing information. In the second step, contractors with technically acceptable proposals (Bid Samples) from the first step are invited to submit bids based on their individual proposals. Only bids based upon technical proposals (Bid Samples) determined to be acceptable, either initially or as a result of discussions, will be considered for award. Offerors shall submit proposals (bid samples) that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal (Bid Samples) as submitted; and The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals (Bid Samples) that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal (Bid Samples) evaluation and final determination of unacceptability. Multiple technical proposals (Bid Samples) may be submitted and an award will be made to the lowest technical acceptable, responsive, responsible bidder. PD TMDE intends to release a Letter Request for Bid Sample(s) (LRFBS) for an Optical Time Domain Reflectometer (OTDR): TS-4558/U in accordance with the Purchase Description: TEMOD-16-05, 31 May 2016. The Optical Time Domain Reflectometer (OTDR): TS-4558/U, hereinafter referred to as the TS-4558/U, will be procured as a Two-Step Sealed Bidding procedure under Federal Acquisition Regulation (FAR) Subpart 12 and 14.5., of the Federal Acquisition Regulation (FAR) with bid samples and required data submitted in Step I in lieu of written technical proposals. Bid samples will be due on or before 24 April 2017 after the issuance of Step I LRFBS. Step I LRFBS will be for four calibrated bid sample units that shall meet or exceed the requirements outlined in the Purchase Description Production Units awarded under the Step II. The OTDR is an important instrument used by the government to certify the performance of new fiber optics links and detect problems with existing fiber links. The ODTR will be used for certifying new links, bi- directional testing along with detecting problems. This acquisition will be Firm-Fixed Price (FFP), Indefinite Delivery-Indefinite Quantity (IDIQ) type contract for a period of 5-years to include options. The estimated range of quantity to be procured is 20 each (minimum) to 500 each (maximum). The government will not be obligated to purchase more than the minimum quantity established in the resultant contract. All IDIQ contract delivery requirements will be established in detail in Step II. The solicitation will be issued utilizing full and open competitive procedures. Step I LRFBS will be made available upon request to potential bidders. Potential bidders must notify the contract specialist of your intent to participate in this Two Step Solicitation no later than 24 March 2017 by 3:00 CST. No telephone requests will be accepted. You may e-mail your request to Patricia A. Adams, Senior Contract Specialist, patricia.a.adams.civ@mail.mil. Questions regarding this solicitation may be addressed to the following Acquisition Center points of contact at ACC-RSA - (Missile), ATTN: CCAM-SM-C, Building 5250, Martin Road, Redstone Arsenal, AL 35898-5280: Ms. Patricia A. Adams, Senior Contract Specialist, 256-842-0206, fax 256-842-7684 or Ms. Martha White, Contracting Officer, martha.c.white8.civ@mail.mil., 256-876-4335.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71665ddb374afd5fcbb7295b80679d21)
 
Place of Performance
Address: Building 5250 Martin Road, Redstone Arsensal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04513577-W 20170520/170518235209-71665ddb374afd5fcbb7295b80679d21 (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  © 1994-2020, Loren Data Corp.