Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
MODIFICATION

10 -- AMENDMENT 0007 - MINIATURE DAY/NIGHT SIGHT (MDNS)

Notice Date
9/24/2003
 
Notice Type
Modification
 
Contracting Office
N00164, Code 1162, Bldg. 2521, 300 Highway 361, Crane IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0014
 
Response Due
10/3/2003
 
Point of Contact
DON ELLISON, CONTRACTING OFFICER, 812-854-5774, FAX 812-854-5095
 
E-Mail Address
Click here to contact the Contracting Officer
(ellison_db@crane.navy.mil)
 
Description
This is Amendment 0003 for a combined synopsis/solicitation for commercial items that was originally issued on 20 February 2003 and is hereby amended as follows: A. The date by which offers must be received is changed from 21 APR 03 to 05 MAY 03. (The closing time, 2:30 pm Eastern Standard Time, is unchanged.) B. The clause at FAR 52.225-8 is added. C. The Contracting and Management Subfactors for Phase 1, Step 2 and Phase 3, Step 2 of the proposal evaluation process (as set forth in ADDENDUM 3 of the solicitation) are changed to include “Subcontracting”. The order of the subfactors is therefore changed to: A. Past Performance; B. Schedule; C. Subcontracting; and D. Price. D. The purpose of the approaching Oral Presentations/Demonstrations is for offerors to provide a presentation concerning the technical aspects of their proposal and to demonst rate their product sample. The Oral Presentations/Demonstrations shall only address elements related to the offeror’s Technical Proposal (as set forth in Paragraph B. of ADDENDUM 4 to the solicitation). Past performance, proposed delivery schedules, subcontracting and proposed prices shall not be discussed during Oral Presentations/Demonstrations. E. At the Oral Presentations/Demonstrations, the Government will provide the following 3 items for use by the offerors: 1) A Microsoft compatible computer with CD-ROM; 2) Electronic overhead projection equipment for computer generated presentations; 3) an overhead projector for use with transparencies. F. At the Oral Presentations/Demonstrations, offerors shall make available to the Government 20 hard copies of their MS PowerPoint presentation. Offerors are reminded that product samples are not to be submitted with the proposal on the closing date of this solicitation. Product samples are to be brought to the Oral Presentations/Demonstrations. No other contract deliverables (such as operator’s manuals) are required at the Oral Presentations/Demonstrations. G. The STRAC Manual referenced in the Performance Specification and other related information may be obtained at the following websites: http://www.atsc.army.mil/atmd/strac/stracweb.asp http://www.adtdl.army.mil/cgi-bin/atdl.dll/pam/350-38/chap5.doc H. Envelope Drawings for the M4/M203 can be downloaded in PDF format: \Family_of_M16_rifles.pdf \family_of_m203.pdf \M4_M16_M203 Envelope_drawings.pdf I. Delivery Schedules for the following items (as set forth in Addendum 2 of the solicitation) have been changed as shown below: ITEM No.’s 0005, 0006 and 0007 (MNVS II) are now 120 DAO (Required Delivery Sche dule) / 90 DAO (Objective Delivery Schedule) ITEM No.’s 0009, 0010 and 0011 (CNVD) are now 120 DAO (Required Delivery Schedule) / 90 DAO (Objective Delivery Schedule) ITEM No.’s 0025, 0026, and 0027 (CVL II) are now 90 DAO (Required Delivery Schedule) / 60 DAO (Objective Delivery Schedule) ITEM No.’s 0029, 0030, and 0031 (ITPIAL II) are now 90 DAO (Required Delivery Schedule) / 60 DAO (Objective Delivery Schedule. J. The changes below have resulted in a revised Performance Specification, which is attached and available for downloading. The Performance Specification originally published as Addendum 1, Section 3 of the solicitation. The information show below is only a summary of the changes made to the attached PERFORMANCE SPECIFICATION. PERFORMANCE SPECIFICATION CHANGES: 1) Paragraph 3.1.2.5 Power Supplies: A clause was added to allow for exemptio n to the requirement for batteries to be able to be replaced by the operator with one hand, without using tools, and without removing the MDNS subsystem from the host weapon. 2) Paragraph 3.2.7 Counter-Detection: The requirement for light emission detection was changed from 5 meters to 10 meters. 3) Paragraph 3.2.14: This paragraph had inadvertently been skipped over in the previous revision of the performance specification. This amendment corrects that oversight and renumbers subsequent ptified in Paragraph 7 below by July 19, 2002. (B) Solicitation is planned to close in August 2002. Upon the closure date and time of the solicitation, the offeror must deliver 5 written copies and 1 electronic copy of the Offeror’s Technical Proposal. The Technical Proposal will include, as an enclosure, a copy of the MS PowerPoint Briefing to be presented by the offeror during follow-on Oral Presentations. Functional samples to be u sed during the Oral Presentations/Demonstrations will be delivered prior to commencement of the Oral Presentations/Demonstrations. (C) Upon closure of the solicitation, a Source Selection Board (SSB) will be convened. The SSB will consist of an Operational Evaluation Team (OET), a Technical Evaluation Team (TET), and a Contracting and Management Evaluation Team (CMET). An SSB Chairman will be assigned by the SSA to chair the SSB. All members of the Source Selection Board shall be required to file a Certificate of Non-Disclosure prior to being given access to any of the source selection sensitive material. A Test Evaluation Review Panel (TERP) will be appointed by the Source Selection Authority (SSA). The TERP Chairman will be appointed from the membership of the SSB. The TERP Chairman will be overall responsible for the joining and compilation of adjectival voting s cores and for source selection documentation at all stages of source selection. Screening criteria, in order of importance are (1) Operational Evaluation, (2) Technical Evaluation, and (3) Contracting and Management Evaluation. The most important adjectival voting results will be those developed by the OET. The second most important are the results of the TET. However, the TET may disqualify a technical proposal if it violates physical laws, engineering principles, contains technical features that would prohibit it from meeting the specification, or if it contains technical errors indicating that the offeror is technically incompetent or is proposing a technical approach that is unacceptably risky. The CMET will provide the third most important results. However, the CMET may disqualify a vendor for statutory or past performance reasons, or for unreasonable prices. Ve ndors who propose more rapid delivery schedules, and can prove that they can meet those schedules, will receive preference for award in the voting of the Contracting and Management Evaluation Team. (D) Oral Presentations/Demonstrations, followed by awards will be conducted shortly after the solicitation closes. The SSB will hear oral presentations made by the offerors and clarify the offerors’ technical proposals through questioning. The SSB will require demonstrations, to include functional demonstration and evaluation, during this stage of competition. Representatives from the user community will be asked to participate. Upon completion of Oral Presentations/Demonstrations, the SSB will conduct an adjectival vote. The TERP Chairman will provide the SSB Chairman with the documentary source selection recommendation(s). The SSB Chairman, in conjunction with the Source Selection Authority, will make the final decision for award(s). In order to avoid unreasonable government test costs and lengthy schedules and to maintain efficiency of competition within schedules that are meaningful to current conflicts, the SSA will strive to award only one contract per sub-system variety, but may award more than one contract if a compelling reason is found. (E) Developmental and Operational Testing will be conducted on a schedule to be determined by the contact negotiation and award process. Product samples are required to comply with key performance parameters (KPP) delineated in the solicitation. Offerors who submit product samples that do not comply with the KPPs will not be further evaluated. The samples must meet or exceed the stated thresholds. These test results and comments will be submitted to the Technical Evaluation Review Panel (TERP). Developmental Testing (DT) will be conducted at NSWC Crane on the product samples to determine compliance with the KPPs, and environmental requirements, and safe to conduct further testing. Operational Testing (OT) will be conducted by an Independent Validation/Verification Agent. During OT the operators will determine if the samples meet or exceed the stated thresholds, meet combat suitability and combat effectiveness. No offerors will be allowed to participate in the OT. Representatives of the Contracting Officer from NSWC Crane will evaluate offeror(s) past performance and price proposals. The price evaluation will be presented to the Contracting Officer. The past performance evaluation will be presented to the TERP. The Contracting Officer/SSA shall use the recommendations and conclusions from the TERP, to include DT and OT analysis, contract management eval uation, past performance, and price evaluations, to derive negotiation strategies and an award determination which will be documented in business clearance memoranda in accordance with the Naval Acquisition Procedure Supplement and NSWC Crane quality assurance guidelines. The goal is to utilize the same contract vehicles awarded prior to DT/OT for production hardware after this final down-select. 6. RECITALS: In accordance with Federal Acquisition Regulation (FAR) Part 15.202- ADVISORY MULTI-STEP PROCESS. The government does not intend to award solely on the basis of this announcement. Nothing in this announcement constitutes an obligation on the part of the government. The government will not pay for submissions resulting from this announcement. The SOPMOD program office will not provide M16/M4 rifle/carbine parts drawings or SOPMOD subsystem drawings. 7. CONTACT INFORMATION: (A) SOPMOD Program Registration: Ms. Paula Pifer, Code 4081, telephone (812) 854-5686, FAX 812-854-1044, email pifer_p@crane.navy.mil. Please update your information with Ms. Pifer if you have had a change since the last update. (B) SOPMOD Technical Point of Contact: Mr. Barry Gatewood, Code 805B, telephone (812) 854-3842, FAX 812-854-3665, email gatewood_b@crane.navy.mil . Please avoid unnecessary communications with the TPOC until the RCO solicitation is published. (C) Contracting Department Point of Contact is Mr. Don Ellison, Code 1162 Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. Mr. Ellison’s telephone number is 812-854-5774, FAX 812-854-5095, e-mail Ellison_db@crane.navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-SEP-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-FEB-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here to download synopsis
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016402R0014/listing.html)
 
Record
SN00522061-F 20040214/040212220329 (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 |
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.