MODIFICATION
58 -- SWIMMER DETECTION SONAR (SDS)
- Notice Date
- 3/31/2003
- Notice Type
- Modification
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016403R6728
- Response Due
- 4/7/2003
- Point of Contact
- MARY ANN WATHEN 812-854-5090
- E-Mail Address
-
Email your questions to To email Point of Contact
(wathen_m@crane.navy.mil)
- Description
- Amendment 0001 Prospective Offeror Questions and Government Answers Q1. We shall include the Bailment Agreement in our proposal; however, it is not clear whether you require us to sign it in advance of a date being provided for Article 3 of the Agreement. Please advise. A1. All other information must be filled in. Signature will be done at time of award. Q2. We have a Cage Code #, TPIN Number, DUNS #, and is registered in the CCR; however, I am not familiar with the term ?Contractor Establishment Code?? Please advise. A2. Contractor establishment Code is the DUNS#. Q3. Section IV, Price of Evaluation Factors/Subfactors for Phase 1 Award and Phase II Down Select (Page 7 of 11) indicates ?the offeror shall provide a quote to participate in Phase II testing.? Is this requirement over and above CLIN 0001 Phase 1 SOW Testing and/or separate from CLIN 0002 pricing for delivery of SDS Systems and Life Cycle Support? A3. It is exactly as is stated, ?the offeror shall provide a quote to participate in Phase II testing.? The other pricing table is for SDS Systems; CLIN 0001 and 0002 will be the same pricing. Life Cycle Support pricing is not required at this time, but will be required prior to selection for Phase II. Q4. Regarding the proposal submission, it is our intention to e-mail the complete proposal including technical proposal on or before 3PM on 7 April 2003, as required. Could you advise whether the required six (6) complete copies of the technical proposal must also be received by 3PM on 7 April 2003 or can they be received shortly thereafter assuming you receive an electronic copy by 3 PM on 7 April 2003. A4. All hard copies must be received by 3 PM EST on 7 April 2003. Q5. With regard to CLIN 0001 and CLIN 00 02, it is our understanding that CLIN 0001 will consist of Phase I SOW Testing Support and SDS Shipset Prices/Delivery (including a description of the SDS Shipset) and that CLIN 0001 SDS Shipset Prices/Delivery may be exercised as an amendment to the contract during Phase II as CLIN 0002. Please confirm that we have correctly interpreted the requirements. A5. This interpretation is correct. The shipset prices will be for CLIN 0002, and this CLIN is an option on the Phase I contracts which may be exercised by the Government via written modification to the contract. Q6. Paragraph 3.9.1 Test Support in the Statement of Work states, ?It is anticipated that this testing and evaluation will be conducted in the third quarter of the Government?s FY03.? Can you clarify for me what months this is referring to? A6. The third quarter of the Government?s FY03 comprises April, M ay, and June of 2003. Q7. Is it necessary that the sonar configuration demonstrated in Phase I meet 100% of the system requirements for deployment cable length and field of view as long as these parameters are brought up to specifications for CLIN 2? (Fig 3 in the SOW shows the reduced field of view requirement for the Phase I test. A7. The cable length requirements (SOW Para 3.2 Item 1.10 and 1.11) were estimates of the cable runs necessary to (1) allow the sonar head to be deployed to the max bottom depth (SOW Para 3.2 Item 1.9) and (2) allow the operator displays associated with multiple sonar heads to be located in one location on a ship of the size shown in Fig 1 and 2 in the SOW. (Same as the Phase I test ship dimensions shown in Fig 3 and 4). Since the Phase I test site bottom depth is less than the max bottom depth requirement of SOW Para 3.2 Item 1.9, the SOW P ara 3.2 Item 1.10 minimum cable length requirement of 350' from the sonar head to the first dry interface box can be reduced to 200' for the Phase I test only. And the SOW Para 3.2 Item 1.11 minimum cable length requirement of 1300' from the sonar head to the operator display/control can be reduced to 1150' for the Phase I test only. The proposal will need to discuss what system modifications will be requires to meet the full requirements and the associated technical and schedule risks. Q8. Clarify ?response time.? What is it in reference to? A8. The classification range requirement (SOW Para 3.2 Item 1.3.1) was derived from the response time requirement (SOW Para 3.2 Item 1.2) based on typical target speeds, so if the contractor meets the classification range requirement it will meet the response time requirement as well. Therefore, offerors do not need to address the response time requirement (SOW Para 3.2 Item 1.2) separately, and instead should refer to their discussion of the classification range requirement (SOW Para 3.2 Item 1.3.1)) Q9. Is this RFP for a small business set-aside? A9. No.
- Web Link
-
NSWC Crane's web address
(http://www.crane.navy.mil/supply/03r6728/03R6728.htm)
- Record
- SN00291866-W 20030402/030331213633 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |