Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2014 FBO #4457
MODIFICATION

61 -- Questions and Answers - TACTICAL POWER SUPPLIES PP-6224D/U and PP-2953E/U

Notice Date
2/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T14RE001
 
Response Due
2/28/2014
 
Archive Date
4/5/2014
 
Point of Contact
Roberta Baldwin, 443-861-4880
 
E-Mail Address
ACC-APG - Aberdeen Division B
(roberta.c.baldwin.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W15P7T-14-R-E001 Presolicitation Questions (Q) and Answers (A) Received 10 January 2014 - 30 January 2014 Questions received after 30 January 2014 and before 05 February 2014 will be posted separately. After February 05, 2014, no questions will be answered until after the release of the formal Request for Proposal (RFP). Q11. What is the anticipated date of award? A11. The Government does not have a firm date for when the contract will be awarded. The Government anticipates the award of this requirement will most likely be 3rd or 4rd quarter of FY14, meaning most likely June - July 2014. This anticipated date is subject to change. Q12. How soon after the anticipated award will vendor be required to deliver First Article units? A12. The First Article Samples and Testing are to be delivered 300 days after date of award. Q13. How soon after the anticipated award will the vendor be expected to deliver production units? A13. The actual ordering and delivery of the Tactical Power Supplies production units would commence after the delivery of the First Article Samples and Testing. The Contracting Officer shall provide sufficient time in the delivery schedule for acquisition of materials and components and for production after receipt of first article approval. When Government requirements preclude this action, the Contracting Officer may, before approval of the first article, authorize the contractor to acquire specific materials or components or commence production to the extent essential to meet the delivery schedule (see Alternate II of the clause at 52.209-3, First Article Approval -- Contractor Testing). For this particular acquisition, it is FAR clause 52.209-3, First Article Approval -- Contractor Testing, with both Alternate I and Alternate II included. Q14. What are the quantities and schedule delivery requirements? A14. The proposed delivery schedule for the proposed Delivery Orders (DO)s is structured in accordance with standard industry practices for production, (e.g., it considers production capacity, an initial low production rate, and long lead items). The first DO will allow 180 days after the award of the DO for the first monthly delivery of tactical power supplies. The mix of PP-6224D/U and PP-2953E/U shall be determined by the Government at the time the DOs are issued. The total combined delivery quantity of DOs of one or both tactical power supplies is not required to exceed 500 total tactical power supplies per month. Q15. When do you anticipate the release of a formal RFQ? A15. The Government will be issuing a Request for Proposal (RFP) and does not have a firm date for when the RFP will be released. We are currently anticipating that the RFP will be issued February 2014. This anticipated date is subject to change. Q16. We would like to know if the above referenced SOW [DRAFT SOW/DRAWINGS/PERFORMANCE SPECIFICATION, W15P7T-14-R-E001] is eligible for set aside in part or whole? A16. This requirement will be conducted on the basis of a 100% Small Business Set-Aside. Q17. Your attached survey references a technical data package. Is this different than the draft information you recently sent? Is this a build to print or new design? A17. The quote mark Survey for Industry quote mark had been closed since June 2012 and has been sent out for informational purposes only so that all offerors have the same information. The technical data package that was referenced in the survey is the same as the information that is currently being provided upon request to potential offerors. Please note that the documents being currently sent out are in draft format and are subject to change. This requirement is not build to print; rather it is performance based, which means the vendor will develop a design which shall meet all of the performance criteria. Q18. It appears the CECOM acquisition (initially W15P7T-12-R-A307) was transitioned to DLA (SPRBL1-14-R-0009) then transitioned back to CECOM (W15P7T-14-R-E001). Is this correct, or are there dual efforts, one being a 3 year IDIQ bridge to a former performance specification and the other being the follow-on to the bridge with the new performance specification? A18. Solicitation number SPRBL1-14-R-0009 and solicitation number W15P7T-14-R-E001, (initially W15P7T-12-R-A307), are two separate efforts/notices. Defense Logistics Agency (DLA) is purchasing the previous version of the specification to provide interim Warfighter support (SPRBL1-14-R-0009), while Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is purchasing the updated version with the new performance specification (W15P7T-14-R-E001). If you have any questions regarding the DLA solicitation number, SPRBL1-14-R-0009, please contact: Eric.M.Snow.civ@mail.mil. If you have any questions regarding the ACC-APG solicitation number W15P7T-14-R-E001, please contact: Roberta.C.Baldwin.civ@mail.mil. Q19. W15P7T-14-R-E001 Notice to Industry posted January 9, 2014 solicits comments to the Draft SOW, DRAWINGS/PERFORMANCE SPECIFICATION; however, retrieving the SOW, it is footnoted with the DLA acquisition SPRBL1-14-R-0009. Should it be W15P7T-14-R-E001? A19. Please refer to above question; SPRBL1-14-R-0009 and W15P7T-14-R-E001 are separate solicitation notices. In accordance with the Notice to Industry posted January 10, 2014 for W15P7T-14-R-E001, all requests for copy of the Draft Statement of Work (SOW), the five Drawings, the Performance Specification, and the Draft Exceptions to Specifications shall be e-mailed to Roberta.C.Baldwin.civ@mail.mil. E-mails shall be titled with the subject line as follows: DRAFT SOW/DRAWINGS/PERFORMANCE SPECIFICATION, W15P7T-14-R-E001. Q20. W15P7T-14-R-E001 Notice to Industry posted January 9, 2014 advised emails be forwarded to Ms. Baldwin and Mr. Bosmans, however, Ms. Fletcher is noted as the Point of Contact. Please clarify who is the lead acquisition officer (PCO) for this effort. A20. The procurement contracting officer (PCO) is Barbara Hansen. The primary contract specialist and point of contact (POC) for this action is Roberta (Bobbi) Baldwin; the secondary POC is Brian Bosmans. All inquiries shall be directed to Roberta.C.Baldwin.civ@mail.mil and/or Brian.C.Bosmans.civ@mail.mil. No telephone inquiries will be accepted. Q21. W15P7T-14-R-E001 Notice to Industry posted January 9, 2014 and modification January 10, 2014 do not stipulate the contract duration (originally a 5 year IDIQ to new Performance Specification MIL-PRF-49080 Rev D, then a 3 year bridge IDIQ with BEQ of 1,350 per year to a former performance specification MIL-PRF-49080 Rev B with pending Govt changes, now ???) and quantity A21. The amended synopsis for W15P7T-14-R-E001 posted on December 31, 2013 on FedBizOpps states that the Government intends to award a five-year ordering period, Indefinite Delivery Indefinite Quantity (IDIQ) type contract. MIL-PRF-49080 Rev D, the Draft Exceptions to Specification, along with the five drawings, are the technical data package for W15P7T-14-R-E001. As stated above, W15P7T-14-R-E001 and SPRBL1-14-R-0009 are separate solicitation notices. Any questions concerning SPRBL1-14-R-0009 and MIL-PRF-49080 Revision B must be directed to the point of contact for that action, Eric.M.Snow.civ@mail.mil. Q22. To show our range of experience and examples of our custom and COTS offerings and the programs and projects we support regularly I have attached our [Company Name] Presentation. A22. The Government will not review any company presentations, brochures, diagrams or literature including specifications/model/serial/part numbers of any available products as sent as part of this presolicitation Questions and Answers. All comments and concerns should be addressed in a question format. Q23. [Company Name] would like to discuss this application with your engineering team. We have [additional technical] questions. A23. Discussions with the Government engineering team are not allowed, especially since they would violate the Federal Acquisition Regulation and potentially give an unfair competitive advantage. Only written questions may be submitted to the persons designated for receipt of questions. Q24. Also, [Company Name] would like to request a copy of the current Repair Manual to provide an example of your reparability requirements. A24. The Government will not release the current Repair Manual from the former contract due to solicitation number W15P7T-14-R-E001 is a new requirement. Q25. CLIN Pricing Structure: Will there be a separate CLIN on the contract for pre-production development, and non-recurring equipment (NRE) to support manufacturing? A25. No, there will not be a specific Contract Line Item Number (CLIN) for either of those items. The actual CLIN structure will be released with the formal Request for Proposal (RFP). Q26. CLIN Pricing Structure: Has the government determined the method for including FAT CLIN on the contract? A26. All Contract Line Item Numbers (CLINS) for First Article Testing will be separate CLINS from the production CLINS. Q27. CLIN Pricing Structure: Does the government anticipate a separate CLIN be on the contract for FAT? A27. The First Article Test production units (14 Units) will have a separate Contract Line Item Number (CLIN). The associated test results and reports will be a separate CLIN. Q28. CLIN Pricing Structure: If so, what structure does the government anticipate using for the FAT CLIN? (CPFF, FFP, etc.) A28. The Offerors' price proposal shall reflect a Firm-Fixed Price (FFP) for each Contract Line Item/Subline Item Number (CLIN). Q29. CLIN Pricing Structure: Will the FAT CLIN be for testing only, or will the pricing include both the unit price as well as the first article testing costs? A29. The First Article Test production units (14 Units) will have a separate Contract Line Item Number (CLIN). The associated test results and reports will be a separate CLIN. Q30. CLIN Pricing Structure: [Company name] is able to provide quantity price breaks as we reach economies of scale in our manufacturing process. Will the government be including provisions allowing offerors to propose stepladder pricing to take advantage of these discounts? A30. The Range Pricing spreadsheet will be attached to Request for Proposal (RFP) to allow for range quantity pricing and discounts. Q31. Ref MIL-PRF-49080D(CR) Sht 13 Para 3.14.1 Identification Label Ref Fig 1: Representative PP-6224()/U Label Is a size requirement applicable? A31. There are no specific dimensional requirements for the label size, but as stated in MIL-PRF-49080D the label must be compliant with MIL-STD-13231 (e.g. Paragraph 5.7 Size and form of characters) Q32. Ref MIL-PRF-49080D(CR) Para 3.3.2.1. It appears that the immersion requirements only apply with the product cover affixed to the product. Please confirm. A32. That is correct, but it should be noted that the rain test is an operational test, i.e. with the cover open. Q33. Ref MIL-PRF-49080D(CR) Para 3.3.3.3 Remote-sensing cable connector In the following sentence, [The connector shall be suitable for use in fabrication at the field level of remote since cable]. What does [use in fabrication] mean? A33. It means the user will connect the appropriate wiring to the connector to fabricate a cable in the field. Remote sensing is used over long cable distances where voltage regulation is critical, usually in unique applications. As such, it was decided to provide the user with the connector and instructions to fabricate a cable rather than just providing a generic cable. Q34. Ref MIL-PRF-49080D(CR) Para 3.3.5.4 Output meter The output meter shall be capable of displaying DC output voltage or current. What is the required resolution for these meters? A34. The resolution should be to one significant figure after the decimal. Q35. Ref MIL-PRF-49080D(CR) Para 3.3.6 DC adjustment What is the required resolution for DC adjustment? A35. The adjustment should be analog or to one significant figure after the decimal. Q36. Ref MIL-PRF-49080D(CR) Para 3.7.6.2 Overload protection Where shall the resettable circuit breakers in the AC input circuit and the DC output circuit reside? A36. An exact location is not required, but previous generations have all had the circuit breakers on the front of the power supply. Q37. Ref MIL-PRF-49080D(CR) Para 3.7.8 Remote Sense and Para 4.5.6 Remote Sense The Remote sense requirement appears to be in conflict with the remote sense test. The remote sense requirement (3.7.8) is asking for 1V of remote sense. This requirement should be rewritten for clarity at some point. The test of 4.5.6 will require 2V of remote sense to pass. The diagram below is how we interpret the test setup. A37. The Government will not review diagrams sent as part of this presolicitation Q&A. All comments and concerns should be addressed in a question format. There is no stated limit of 1V remote sense. What may be the cause for confusion is the relaxing of the requirement to 29V output at the load which is 25ft away from the power supply. This is because the power supply is only required to provide 32V, and requiring 32V at the load in this case would require a higher output voltage. Q38. Ref MIL-PRF-49080D(CR) Paragraphs 4.9.1 - 4.9.3 With Safety requirement UL 60950-1, will the testing be required if the components used inside the unit are safety agency approved, but the top assembly of the item is not approved? A38. Yes Q39. Ref SM-D-667917 Cable Assembly. The cables that are required with the items. How are they provided and shipped with the product? A39. They should be provided in the same box with the power supply. Intermediate packaging may be used as appropriate. Q40. Ref A328-6985 Housing Assy Mounting Reqts. Are there any requirements on the type of material that is used for the housing described? A40. No. This is a performance based requirement. Materials chosen shall meet all requirements of the specification. For example the shock test will stress the mounts. Q41: Attachment 1, Requirements for Contractor Performed First Article Testing [Sec. 3.6]: Will all FAT be conducted solely at the contractor's facility, or will government or other independent laboratory testing be required? A41. First Article Testing (FAT) will be conducted at the contractor's facility or at a facility of their choice. All testing will subject to Government oversight. Q42. Attachment 1, Requirements for Contractor Performed First Article Testing [Sec. 3.6]: When will the First Article Test Plan [Sec. 3.6.4] be due to the government? A42. See the data items A002-1 and A002-2.The data items will be provided with the official Request for Proposal (RFP) release. Q43. Attachment 1, Requirements for Contractor Performed First Article Testing [Sec. 3.6]: In Section 3.6.10, the SOW provides disposition instructions for 9 of the 10 FAT units. Please confirm that, per Attachment MIL-PRF-49080D, Table I, this unit is to be destroyed upon completion of Fungus testing. If not to be destroyed, please provide instructions for the 10th FAT unit. A43. It is to be disposed of in any appropriate manner after First Article approval, or earlier with the consent of the Contracting Officer. Q44. Attachment 1, Production Test Procedures [Sec. 3.6.11]: Please confirm that the government intends to have Production Test Procedures be identical to First Article Testing. Typically, FAT testing is more thorough and detailed than Production testing. By only testing select key performance areas and eliminating or reducing the frequency of stringent testing, (environmental, thermal, EMI, and elevation, for example) costs will be reduced dramatically, and production capacity will increase. A44. See paragraph 4.4 of MIL-PRF-49080D for conformance inspection requirements which are a subset of First Article tests. Note that some tests are on a sample basis or at a given time interval. When any test is required to be performed, the procedures shall be identical to First Article Testing (FAT). Q45. Attachment 1, Production Test Procedures [Sec. 3.6.11]: Consider allowing a Production Test Plan be presented for approval that allows an abbreviated version of the FAT tests. A45. The Government intends to require all tests as described in the specification. Alternate testing requirements will not be considered at this time. Q46. Attachment 1, Production Test Procedures [Sec. 3.6.11]: If the government intends for the FAT and production test to be identical, please explain the relationship between Attachment MIL-PRF-49080D, Table I and the production units. I.e. will all units be tested for all 21 items in the table, or since Electromagnetic Interference testing is only performed on 10% (1 of the 10) FAT units, will we be required to perform Electromagnetic Interference testing on only 10% of the production units as well? A46. See answer number A42 above. Q47. Attachment 2, Requirements for Low Pressure (Altitude) Testing [Sec. 4.6.11] What leakage rate is acceptable? A47. See MIL-PRF-49080D paragraph 3.10. Q48. Attachment 2, Requirements for Low Pressure (Altitude) Testing [Sec. 4.6.11] The defined connectors are pressure rated but not hermetically sealed. A48. The specification is performance based and equivalent connectors are permitted. Q49. Attachment 2, Remote Sensing [Sec. 4.5.6] When using this in remote sense is there a situation where it switches over to the battery source or is this strictly an AC powered test? A49. Battery changeover is not tested during this test. Q50. Attachment 2, Remote Sensing [Sec. 4.5.6] Our concern is that the power supply can be adjusted down to 24VDC and feed the battery input with a higher voltage while using the remote sensing cables. A50. If the user requires a specific voltage other than the battery voltage, a battery should not be used in the application. Q51. Attachment 2, Surge Immunity [SEC. 3.7.6.5] How many joules of energy in the 2Kv surge? A51. Refer to IEC 61000-4-5 for information on the test method. Q52. Attachment 2, Immersion [Sec 4.6.4] Low Pressure (Altitude) [Sec. 3.8.3] Air-Seal [3.10] Will the front cover from (Sec 3.3.2.1) be in place during these tests? A52. Yes, the front cover may be in place. Q53. Attachment 2, Weight [Sec. 3.4] Will the power supply in its packaging for a total of 44lbs include the cables? A53. Yes. Q54. Attachment 2, Grounding Continuity [Sec. 4.9.4] Is external grounding stud required? A54. No. Q55. [Company Name] also requests the full mechanical requirements for this power supply. The mechanical drawings provided do not provide a complete definition of the requirements. The A3286985 drawing does not show specific locations desired for indicators and connector interfaces. And [Company Name] would like to understand better the various installations for these power supplies related to thermal mount and thermal dissipation expected in the various environments. Where does it get mounted? Is it always mounted the same way? A55. Exact locations for indicators and connectors are not specified and it is expected that exact placement will vary among different designs. The power supply is universal in nature and has no one particular application. Q56. In drawing SM-B-667921.pdf it mentions as copied below that this is a pressurized rated connector. Is the power supply itself pressurized? A56. The power supply is not pressurized but it does have immersion and altitude requirements. Q57. In drawing SM-D-667917_80063_0001_A.pdf is the Length defined for the final proposal phase in the bid request? Below is the remarks from that drawing: A57. Cable lengths are specified in MIL-PRF-49080D. Q58. In drawing SM-D-667953.pdf is the Length defined for the final proposal phase in the bid request? Below is the remarks from that drawing: A58. Cable lengths are specified in MIL-PRF-49080D. Q59. Is power factor correction acceptable for this project? A59. As this is a minimum performance based requirement, any enhancement that is not directly in contradiction with any stated requirements would be acceptable. Q60. Paragraph 3.9. of the spec requires that the product shall comply with the applicable emissions and susceptibility requirements from line 3 (Aircraft, Army, Including Flight Line) MIL 461 Table V. However, the requirement mentions that RS103 shall be performed from 10kHz to 400MHz while MIL STD 461F specifies different frequency ranges. (see below) RS101, radiated susceptibility, magnetic fields, 30 Hz to 100 kHz RS103, radiated susceptibility, electric field, 2 MHz to 40 GHz. Shall we meet the spec requirements instead of RS101 and RS103? A60. Yes, MIL-PRF-49080 takes precedence over MIL-STD-461 for this acquisition. Q61. Do the current limits from paragraph 3.7.6.3 apply in battery backup mode as well? A61. Yes. Q62. Does paragraph 3.7.3 apply only for normal mode (AC voltage input)? (It is not 100% clear just from reading the spec) A62. See MIL-PRF-49080D paragraph 4.5.1.2 for specific test voltage inputs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/124539f02c575635bb430baa9dd5a20e)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03280509-W 20140206/140204235009-124539f02c575635bb430baa9dd5a20e (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.