Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2007 FBO #1881
MODIFICATION

A -- QUESTIONS AND ANSWERS FOR JOINT MATERIAL DECONTAMINATION SYSTEM (JMDS) DRAFT RFP (STATEMENT OF WORK ONLY)

Notice Date
1/18/2007
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR07R0002
 
Response Due
1/26/2007
 
Archive Date
3/27/2007
 
Small Business Set-Aside
N/A
 
Description
THE FOLLOWING QUESTIONS AND ANSWERS ARE PROVIDED FOR THE JMDS DRAFT RFP STATEMENT OF WORK-----QUESTIONS AND ANSWERS FOR THE PERFORMANCE SPECIFICATION ARE INCLUDED IN A SEPARATE POSTING----- OFFERORS ARE REMINDED THAT THE DRAFT REQUEST FOR PROPOSALS (RFP) DOCUMENTS CONSISTING OF THE STATEMENT OF WORK AND PERFORMANCE SPECIFICATION FOR THE JMDS WERE PROVIDED SOLELY FOR INFORMATIONAL PURPOSES. THEY MAY BE REVISED AND OFFERORS ARE CAUTIONED TO ENSURE THEY UTILIZE THE FINAL VERSION OF THESE DOCUMENTS WHICH WILL BE POSTED WHEN THE FINAL RFP IS ISSUED. THE FINAL RFP WILL BE THE CONTROLLING DOCUMENT FOR PREPARATION AND SUBMISSION OF PROPOSALS. IT WILL BE THE RESPONSIBILITY OF THOSE RESPONDENTS TO OBTAIN ALL AMENDMENTS AND APPLICABLE DOCUMENTS. QUESTION 1. Is the government expecting any units to be delivered at the conclusion of Phase I (System Development and Demonstration)? --ANSWER-- Yes, prototype unit quantity will be provided in the final Request for Proposal(RFP). --QUESTION 2.How many units would be in Option 1 (LRIP)?--ANSWER--LRIP quantity will be provided in the final RFP. QUESTION 3.How many units would be delivered in Option 2 (Production)? --ANSWER--Production quantity will be provided in the final RFP. QUESTION 4. Should the inspection criteria called out in C.3.17.8.1.1, which states that 20 of the first 50 units will be inspected, be carried on to further units? Should this ratio be maintained or does the contractor determine what ratio is suitable as is implied in C.3.17.7? --ANSWER--No, only for the first 50 units. The second part of this question will be addressed in the final RFP. QUESTION 5. Will the government provide a review and approval of the contractors proposed system level specifications as called out in C.3.3.1.1? --ANSWER--Yes. QUESTION 6.When is the PDR to occur in relation to delivery of the contractors proposed system level specifications? --ANSWER--PDR will be 30 calendar days after the delivery of the contractors proposed system level specifications. QUESTION 7.Is there a time that the CDR should be scheduled in relation to the PDR? --ANSWER--No less than 30 calendar days after all deficiencies in the PDR are resolved. QUESTION 8.What is the anticipated period of performance for Part I? --ANSWER--24 months QUESTION 9.What is the anticipated period of performance for each option of Part II? --ANSWER--Option 1, 12 months. Option 2, 40 months QUESTION 10. Option 1  LRIP C.3.16 - It would be most helpful if you could specify the general scope of what this option means. For example, most RFPs would include the number of LRIP units required and the final acceptance tests to be performed. Or you might leave this option open and include a requirement to supply a detailed proposal later in the program when the hardware is better defined. --ANSWER--LRIP quantity will be provided in the final RFP. QUESTION 11. Option 2  Production C.3.17 - Again it would be helpful if you could provide a total production quantity desired and rate of production. If that cannot be specified you might again want to delay receipt of detailed proposals until later in the program or provide several production rates and final quantities and receive a multiple set of production costs. --ANSWER--Production quantity will be provided in the final RFP. QUESTION 12. C.3.1.3 Data Management. The contractor shall establish a single, centralized system for management of all data required under this contract. Clarification Request: Are there any constraints from a security perspective with respect to access to a contractors SDE? Is a simple UserID and password sufficient in conjunction with HTTPS, or is a two factor authentication approach required? To eliminate export controls, is the SDE only going to be accessed by US Citizens? --ANSWER--A User ID and password to access a secure site is suffi cient. The contractor shall provide justification for non-U.S Citizens subject to approval by the government for access onto the SDE. QUESTION 13.-C.3.3.3 Human Systems Integration. Clarification Request: Should the contractor apply Human Systems Integration (HSI) per principles outlined in DoD 5000.2-R, Section C2.8.5 and C5.2.3.5.9. --ANSWER--The contractor should reference DoD 5000.2-R for HSI. QUESTION 14.--C.3.5.1.1 Configuration Status Accounting - The SOW requires that our contractor CSA database be capable of providing CSA data in a digital format compatible with Edgewood Chemical Biological Center's Product Data Management System (PDMS). Clarification Request: We would like to provide this data directly from our existing CM database tools wherever possible. Is it acceptable to provide it in contractor format, using standard Microsoft Office products (e.g. Excel)? --ANSWER--Submission requirements will be included in issuance of final RFP. QUESTION 15.--C.3.5.3.2 Allocated Baseline - The SOW requires that this baseline be established upon successful completion of the overall system CDR and that Government approval is required prior to making changes to this baseline. Clarification Request: Per contract requirements, the contractor will submit a JMDS Performance Specification (B010) for Government approval - this document establishes the Functional Baseline. Any change to this document requires Government approval. There is no requirement in the SOW, however, to submit Allocated Baseline documents (such as CI Development Specifications). Is it acceptable to allow the contractor to control the allocated baseline (using a Requirements Management Tool) and only seek Government approval when the allocated baseline change impacts the JMDS Performance Spec? --ANSWER--Yes, the contractor may control the allocated baseline and seek government approval for changes impacting the performance specification until the System Verification Review. QUESTION 16.-- C.3.5.5 Configuration Control. The contractor shall implement configuration control methods and procedures, which maintain the integrity and traceability of an established baseline. Changes to established baselines shall only be made after Government approval of ECP and Request for Deviation (RFD). The contractor shall submit ECPs, RFDs, or Notice of Revisions (NORs) utilizing the Edgewood Chemical Biological Centers Product Data Management System (PDMS). Clarification Request: Is there a time requirement that the government needs to respond to change requests? --ANSWER--The Government response time for the respective ELINs will be identified on the Contract Data Requirements List, DD Form 1423, to be provided in the final RFP. QUESTION 17. --C.3.5.5.3 Request for Deviation- Clarification Request: Critical and major deviation/waivers will be submitted under ELIN B004. Is it acceptable to use our contractor Material Review Board to disposition minor waivers, rather than submitting them under ELIN B004? --ANSWER--No. The contractor shall submit RFDs (minor) as required by the SOW and ELIN B004. (MIL-HDBK-61A provides guidance.) QUESTION 18.-ELIN B006, DI-SESS-81000C Product Drawings/Models and Associated Lists & ELIN B007, DI-SESS-81003C, Commercial Drawings/Models and Associated Lists. Clarification Request: Will TDP (Technical Data Package) Option Selection Worksheets (per MIL-DTL-31000C) be provided in the RFP? --ANSWER--Yes. Worksheets will be provided as an attachment to the DD Forms 1423. QUESTION 19.-C.3.6.3 Reliability Testing and Reports. The contractor shall conduct reliability testing using MIL-HDBK-781A as a guide. The contractor shall provide test results IAW ELIN A014 (DI-TMSS-81586). Clarification Request: Please identify which tests the Government anticipates the contractor to conduct. --ANSWER--See paragraph 3.5.18 of the Per formance Specification. QUESTION 20.-C.3.6.4 Refurbishment and Retrofit of Units. Clarification Request: What is the anticipated quantity of test units? --ANSWER--The quantity of test units will be provided in the final RFP. QUESTION 21.--C.3.13.2.3.3 Fabrication And Prototypes. The contractor shall fabricate prototypes of the packaging designs and conduct packaging validation testing for newly developed packaging designs for items that exceed a cost of $1,000 or that have a fragility rating greater than 25 Gs;. The contractor shall package first article testing IAW the first article packaging inspection requirements as found in Section E, Packaging Quality and Inspection. If any existing packaging instructions are modified, the Government shall review and determine if testing is required. Clarification Request: Should packaging validation testing be required for items LESS than 25 Gs? ANSWER--This question will be clarified in the final RFP. QUESTION 22.-- C.3.16 OPTION 1: LOW RATE INITIAL PRODUCTION (LRIP). The government reserves the right to exercise the option detailed in Section B (CLIN 00) and described in Section C.3.16?. Upon the exercise of this option, the contractor as an independent contractor and not as an agent of the Government shall provide the necessary resources (except for Government-furnished equipment or information herein) to perform the following work: Clarification Request: What is the anticipated quantity of LRIP units? --ANSWER--LRIP quantity will be provided in the final RFP. QUESTION-23.--C.3.16.8.1 Interim Contractor Logistics Support. The contractor shall provide logistics support services for system unique items necessary to maintain the operational readiness of the JMDS throughout LRIP. Interim Contractor Logistics Support (ICLS) shall include the following Clarification Request: What are the anticipated delivery locations of LRIP units? What are the required response times for technical assistance and support? --ANSWER--Delivery locations will be provided in the final RFP. QUESTION 24.-- C.3.17 OPTION 2: PRODUCTION. The government reserves the right to exercise the option detailed in Section B (CLIN 00) and described in Section C.3.17. Upon the exercise of this option, the contractor as an independent contractor and not as an agent of the Government shall provide the necessary resources (except for Government-furnished equipment or information herein) to perform the following work . Clarification Request: What is the anticipated Quantity of Production units? --ANSWER--Production quantity will be provided in the final RFP QUESTION 25.-- C.3.17.11.1 Interim Contractor Logistics Support. The contractor shall provide logistics support services for system unique items necessary to maintain the operational readiness of the JMDS throughout the first year following delivery of the end item. Clarification Request: What are the anticipated delivery locations of production units? What are required response times for technical assistance and support? -ANSWER--Delivery locations will be provided in the final RFP. The contractor shall provide confirmation of the technical support request within 24 hours. Total response time shall be no more than 72 hours. QUESTION 26.-- C.3.20 ELIN References A008 DI-MISC-81397, Failure Summary and Analysis Report Clarification Request: Should this line read HAZ MAT MGMT PROG Report? --ANSWER--DI-MISC-81397 is the HAZ MAT MGMT PROG Report. The SOW will be changed accordingly.
 
Place of Performance
Address: RDECOM Acquisition Center - Edgewood ATTN: AMSRD-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
Country: US
 
Record
SN01214691-W 20070120/070119093259 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.