Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2004 FBO #0937
MODIFICATION

99 -- Joint Services Transportable Decontamination System - Small Scale (JSTDS-SS) Industry Day Questions and Answers Update

Notice Date
6/18/2004
 
Notice Type
Modification
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700404R0061
 
Response Due
8/6/2004
 
Archive Date
9/5/2004
 
Point of Contact
Nannette D. Carter-Jafri (229)639-6166; Larry R. McNutt (229)639-8088
 
Description
DRAFT: Questions and Answers Joint Service Transportable Decontamination System?Small Scale (JSTDS-SS) Industry Day 8 June 2004 Additional website information can be found at: UID Website: http://www.acq.osd.mil/uid CCR Website: http://www.ccr.gov NECO: http://www.neco.navy.mil WAWF Registration: http://rmb.odgen.disa.mil/ You are invited to address any other questions to the Marine Corps Logistics Command, email to mcnuttlr@logcom.usmc.mil anytime before COB 4pm EST on Tuesday, 15 June 2004. All questions should include the company name, address, CAGE code, and point of contact info including email address. Information Purposes Only -All information provided prior to release of the final RFP is considered to be non-binding. Comments provided by industry will be considered and included in the final RFP at the discretion of the Contracting Officer. The Govern ment is bound only by the information contained in the final RFP and its amendments. Questions & Answers: The Government reserves the right to defer answers until questions are properly staffed, therefore any question rendered not appearing below will be addressed and posted as soon as possible (ASAP). Legend: Answers O Other 7 (unchg) TS Testing 9 (TS-9) TC Technical 35 (TC-23 thru TC-35) L Logistics 5 (unchg) C Contract/Legal 19 (C-11 thru C-19) No. Question & Answer TS-9 Q: How will reliability and availability be measured?A: Reliability is the probability that an item can perform its intended function under stated conditions for a specified period of time. Reliability will be evaluated as follows: 1)Testing will be conducted for using the procedures and conditions specified in the service Concept of Operations. 2)Test length will be sufficient to de monstrate the 303 hour mean-time-between-operational-mission-failure (MTBOMF) requirement with high statistical confidence. 3)Test incidents will be scored using an approved Failure Definition and Scoring Criteria. 4)Failure data will be used to calculate the MTBOMF and reliability for each system.Operational availability, or Ao = uptime ? (uptime + downtime) where uptime is that time when the system is considered to be ready for use and downtime is the time the system is down for repair of critical failures and/or for restoration from mission critical faults, including off-board logistic delays. Also, please consider the Mean Logistics Delay Time (MLDT) of 133 hours mentioned in the rationale for the JSTDS RAM to be a maximum MLDT calculation. ----------------------------------------------------------- TC-23 Q: At what distance from the unit is the sound pressure level (8 5dB) measured. A: The performance specifications state that noise levels produced by JSTDS-SS, excluding audible indicators, shall be less than 85 dBA to allow operation of the JSTDS-SS without hearing protection. Noise levels will be measured at distances of 18 inches from the control panel and one meter from the rest of the system, on all sides. TC-24 Q: Why are you defining the process instead of the objective? You are severely limiting your options.A: The technical specifications and the Statement of Objective are performance based. The JSTDS-SS RFP does not define the process other than to continue to have the capability to be able to apply hot soapy water for decontamination of aircraft and other equipment. This capability is required based on market surveys which indicate that there are no Commercial Off-The-Shelf solutions that will meet the warfighters deconta mination needs for these assets as well as the time required to obtain approval for use of any new product on aircraft. User representatives presented current decontamination operations so that offerors would be in a better position to focus their proposals on how their proposed product/processes will provide benefit to the Department of Defense and mitigate the burdens shortfalls of current decontamination operations. Offerors are required to identify in their proposal the processes followed to perform decontamination operations using their proposed system. TC-25 Q: Is a RAM document available?A: No unique Reliability, Availability, and Maintainability (RAM) document is available. The performance specifications identifies in the concept of operations that mission duration equals 22 hours every 24 hours. Mission duration allows 22 hours run-time (2 hours for refueling/prev entive maintenance). Run-time includes the time to replenish decontaminants. The Operational Availability requirement notes that for calculation, Mean Logistics Delay Time is 133 hours. TC-26 Q: In para 3.2.6 in performance specs ? what do you mean by ?standard components) (Military, industry, NATO, etc)A: The JSTDS-SS shall use standard components and interfaces to the maximum extent possible. ?Standard components" refer to equipment that is not so uniquely designed that there is only one source for procurement or replacement (i.e., equipment should be available from commercial or military sources.) No special tools or other specially-designed equipment (outside the Joint Services inventory) shall be required to remove, install, or replace the equipment. TC-27 Q: Are the materials to be tested for compatibility specifically listed in the RFP?A: No. The requirement is to be compatible with all materials on the assets to be decontaminated. The subset of materials to be tested against in Phase II testing will be identified in the final RFP. JPO is deriving a representative set of materials to be tested. The finished list will be comprehensive of all possible systems which may be exposed to JSTDS-SS, small enough to feasibly be tested and accepted by all services. The materials not tested in Phase II testing will be tested after contract award. TC-28 Q: Can efficacy data on decontaminate be supplied as independent from spraying applicator or does efficacy data have to come from being sprayed from the actual applicator?A: Yes, efficacy data can come from the decontaminant alone, however, convincing rationale needs to be provided to relate this data to the efficacy that can be expected from the proposed system using the proposed process. TC -29 Q: ?52.212-1 INSTRUCTIONS TO OFFERORS?COMMERCIAL ITEMS? per paragraph A.(2)(f): Is terrain decontamination included in the scope of this solicitation? If not, what is the significance of the reference to ?amount of decontaminant required to decontaminate 1000 square meters??A: The 1000 square meters technical parameter was inadvertently based on terrain decontamination. This number will be modified to 5000 ft2 to be more representative of the mission of JSTDS-SS. TC-30 Q: ?52.212-1 INSTRUCTIONS TO OFFERORS?COMMERCIAL ITEMS? A.(2)(j)1.: What are the temperature requirements for hot soapy water?A: 120-140 degrees F. This will be included in the Final RFP. TC-31 Q: Under ?PERFORMANCE SPECIFICATION? Paragraphs 3.1.1.5.1 and 3.4.3: Is it intended that the JSTDS-SS could be mounted on either the vehicle or the trailer of each of the listed vehicle/trailer combinations? If yes, please provide the dimensions of the space available for the JSTDS-SS on board each of the vehicles and the respective trailers.A: The JSTDS-SS must be able to be mounted on each of the identified vehicles and trailers. Diagrams (which include dimensions) of those platforms with the smallest dimensions are in the Industry Day brief (which will be posted on NECO as soon as possible). TC-32 Q: Under ?PERFORMANCE SPECIFICATION? Paragraph 3.1.1.6.2: This references applying compounds to aircraft. Is this just a measure of throughput and not a decontamination performance spec? The Industry briefing on June 8th (verbal information) indicated that aircraft decontamination is objective requirement. Please clarify.A: Paragraph 3.1.1.6.2 of the performance specification is a throughput requirement. The throughput requirement for aircraft is based on the rate of application and not on decontamination efficacy. It is an objective to provide a JSTDS-SS decontaminant for use on an aircraft to meet the efficacy requirements. TC-33 Q: Under ?PERFORMANCE SPECIFICATION? Paragraph 3.2.2: Does the 500 lbs weight referenced include standard accessories? Optional accessories?A: No. The 500 pounds is the maximum weight of the JSTDS-SS applicator module (without fuel) and does not take into consideration the JSTDS decontaminant or accessories. TC-34 Q: Under ?PERFORMANCE SPECIFICATION? Paragraph 3.1.1.4: Does this mean that the decontaminant is required to be effective in removing POLs, or does it mean that the decontaminant must be effective in decontaminating agents (C,B,R, TIM, etc.) that are embedded in POLs?A: Offerors proposed system used in accordance with their proposed methods must be able to decontaminate tactical vehicles (including undercarriage), external shipboard surfaces, crew?served weapons and individual equipment, which have been exposed to Petroleum, Oil, and Lubricants (POLs). Agents may or may not be embedded in the POLs. TC-35 Q: Under ?PERFORMANCE SPECIFICATION? Paragraph 3.7.2: The last four items listed are not climatic conditions. What are the test parameters for these four items that the JSTDS-SS has to be measured to?A: The last four items are not climatic conditions but are ambient or induced environments that the system will need to operate in and/or survive. The specific test parameters will be addressed in detail in the performance specifications included in the final RFP. ---------------------------------------------------------- C-11 Q: 5 units 1 MAPO is aggressive. Lead times for some commercial items can be 6-8 weeks.A; The delivery schedule will be modified in the final RFP to two units due every two weeks beginning four weeks after purchase order, with final delivery no later than 12. C-12 Q: Please confirm the period of performance: July 2005-June 2010??A: The period of performance for the base contract is one year, with an estimated award date of 3rd qtr FY05 (July 2005). There are four option years, with the final option year estimated to concluding by 2nd qtr FY10 (June 2010) based on the estimated award date. C-13 Q: Is the JSTDS-SS Program funded? What is the funding profile by fiscal year?A: The only publicly available budget information is in the Presidents Budget. C-14 Q: Will bidder technical support be included in Purchase Order for DT/OT prior to contract award?A: Yes, if selected for Phase II. Offerors should identify in logistical support available during Phase II for their system. C-15 Q: Since logistics support is undetermined at thi s point and will be driven by the Performance Based Logistics (PBL) Business Case Analysis (BCA), how will contracting for this be handled? Directed to successful JSTDS-SS bidder?A: Contractor must identify in their proposal Statement of Work their PBL. Offerors contracting method to implement PBL will be assessed during the PBL BCA. Also see L5 Q&A. C-16 Q: Will there be small business, small disadvantaged business and/or 8A set aside with this procurement? Will there be subcontracting and teaming requirements and SB/SBD participation requirements?A: The Draft RFP does not identify total or partial set-asides for socio-economic programs. However, the Final RFP will address requirement for offerors (large business concerns) to identify their Subcontracting strategy/plan I/A/W FAR 19.704. Note: the subcontracting plan would become part of any contract award. Final RFP wi ll be compliant with FAR Part 19, small business concerns are encouraged to submit their prime vendor proposals. C-17 Q: ?52.212-2 EVALUATION?COMMERCIAL ITEMS? Under ?Phase I Completeness of Proposal.? The listing starts with items (k) through (s). Are there items (a) through (j) that were inadvertently omitted?A: The paragraphs were numbered incorrectly. There were no omissions. The numbering will be corrected in the final RFP. C-18 Q: Will CLINs for the option years be included in the final RFP? What are these option years CLINs?A: Yes, the final RFP will cover the base year, plus four option years. C-19 Q: Is it acceptable to propose a JSTDS-SS system with more than one applicator and/or more than one decontaminant?A: Yes. However, each JSTDS-SS system offered must have a complete proposal package (Volume I, II, and III). All proposals will be evaluated based on best value to the government.
 
Record
SN00606423-W 20040620/040618212445 (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.