Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1998 PSA#2227

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

J -- REPAIR OF REPAIRABLES (ROR) SERVICES FOR CONSOLIDATED AUTOMATED SUPPORT SYSTEM (CASS) STATIONS SOL N00244-99-R-0011 DUE 120398 POC Jo Escalera (Code 2701), A/C (619) 532-2558 E-MAIL: Click here to contact the contracting officer via, jo_c_escalera@sd.fisc.navy.mil. This is an amendment to the Combined Synopsis/Solicitation N00244-99-R-0011, posted in the CBD-NET on 13 Nov 98 IN TWO SEPARATE NOTICES (INITIAL AND MODIFICATION). AMENDMENT: The SOO is listed in the order of importance for the evaluation of Technical Capability (Section I -- Technical Capability Proposal). CLARIFICATION: Clarification to the Statement of Objectives: Questions and Answers: ****Reference SOO 2.1 "Develop planned schedules for providing the Government with the repaired assets in a 30-day turn-around-time (TAT)" QUESTION: What do you want to know in the "Schedules"? ANSWER: The Government would like to see a plan/schedule to show how the contractor intends on meeting the 30-day turn-around-time. For example: 2 days to ship bad asset to contractor. X days for contractor to evaluate the asset. X days to ship asset to sub-contractor. X days for the subcontractor to repair and ship asset back to prime or NADEP NI. X days to re-stock asset. ****Reference SOO 2.4 "Provide the testing processfor an RFI asset passing the CASS Self Maintenance Acceptance Tests (SMAT) and CASS Calibration tests, including Input/Output (IO) Self Test (ST), Radio Frequency (RF) Input/Output-Self Test (IO-ST), and Communication Navigation Instrumentation (CN&I) (IO-ST). Parts substitutions must comply with the CASS Technical data Package Level 3." 2-PART QUESTION: Is NADEP-NI requiring the contractor to system test every part to be repaired and want an explanation of the entire process? ANSWER: All assets do not need to be put in CASS and have SMAT and Calibration run. But the contractor needs to provide NADEP-NI with the process to ensure that the assets will pass all CASS SMATs and Calibration tests.****Reference SOO 2.6 "Provide the functional program management authority of the prime and subcontractor and their respective roles for interfacing with Government representatives." QUESTION: Clarify SOO 2.6. ANSWER: The Government is interested in how the prime will interface with their subcontractors and communicate with the Government. ****Reference Section I -- Technical Capability -- QUESTION: Does the Government want only the SOW in Technical Capability or is Technical Capability a separate Write-Up aside from the SOW? ANSWER: The Technical Capability will be determined from the SOW proposed by the contractor. As indicated in the CBD notice, the Technical Capability Proposal will consist of the Contractor's Statement of Work. ****QUESTION: There are several items in CASS that require Calibration -- some in 1 1/2 years, some on a 3 year basis. Will the Government require the contractors to handle Calibration service as well? ANSWER: Historically, the Precision Freq. Standard is calibrated every three years. These items are sent to NADEP Calibration Laboratory for calibration. If the item fails drastically, then NADEP will make a determination to send them to the contractor for repair/replacement. In the past 4 years, NADEP has not sent an item to a contractor for calibration. Power Sensor Heads need calibration and would be handled the same. ****QUESTION: Explain the CLIN structure, what happens if the Government requires more than 6 Stations. ANSWER: For example: Clin 0001AA indicates a quantity of 6 stations. If the Government requires 7 stations, then Clin 0001AB will be tasked under a Task Order. Clins 0002 and 0003 are subject to FAR 52.217-6 "Options for Increased Quantities and FAR 52.217-7 "Increased Quantity-Separately Priced Line Item". Per each Clin, the Government has the right to order any quantity amount, including the maximum quantity. ******* For Contractor(s) travel planning purposes, ORAL PRESENTATIONS have been reserved for the dates of 15 and 16 of December at FISC-San Diego, 937 North Harbor Drive, Building 1, 3rd Floor, "Heritage Room". The time of each offerors Presentation will be mutually agreed upon. THE CLOSING DATE FOR SOLICITATION N00244-99-R-0011 HAS NOT BEEN EXTENDED. Posted 11/19/98 (W-SN273162). (0323)

Loren Data Corp. http://www.ld.com (SYN# 0045 19981123\J-0004.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page