MODIFICATION
42 -- Life Raft Pre-Production / Testing & Development - Amendment 1
- Notice Date
- 4/1/2016
- Notice Type
- Modification/Amendment
- NAICS
- 336612
— Boat Building
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
- ZIP Code
- 77058-3696
- Solicitation Number
- NNJ16582297Q
- Point of Contact
- Audrey C. Montgomery, Phone: 2817927510
- E-Mail Address
-
audrey.c.montgomery@nasa.gov
(audrey.c.montgomery@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- updated SOW THIS NOTICE CONSTITUTES AMENDMENT NO. 1 TO THE COMBINED SYNOPSIS/RFQ FOR Life Raft Pre-Production / Testing & Development. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued. The due date for receipt of offers is extended to April 8, 2016. Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS) on March 18, 2016. Documents related to this procurement are available over the Internet. These documents reside on a World Wide Web (WWW) server which may be accessed using a WWW browser application. The purpose of this amendment is to answer the questions below and provide an updated statement of work: Question 1: It would seem that the RFQ fails to notes some offeror documents desired upon submission date of 1 April:- the SOW notes the requirement to forward (for evaluation) a program plan and schedule. Is this part of the original proposal? Answer 1: Program plan and schedule are due as part of RFP, and tied to the listed milestones. We did not want to force a schedule on a vendor, but rather let them lay the schedule out providing it meets our technical and end-date requirements (26028 weeks for raft delivery, 32 weeks for final documentation delivery). Question 2: Copy of the notional or exact interface and packaging desires would be great. May we have this? Answer 2: Interfaces are called out in all the document attachments, including desired packed volume, and desired raft human interfaces. No other interfaces will be provided to any vendor, just the desired shape and volume. External interfaces are owned by the government and vehicle contractor for proper integration. The volume/shape was carefully designed and included in the SOW to accommodate for these issues. Question 3: Our only question is the requirement of the SOW that: Non- deformation of raft tubes during ingress of 235 lb. test subject. We would like to request that the requirement be reworded. "Minimize" or "Diminish" could replace Non- deformation. Answer 3: "Minimize" has replaced "non-deformation" in the updated statement of work. Question 4: Why is this RFQ being offered only as a total small business set-aside? What is the reason this cannot be offered as a full and open solicitation? Opening this up to all businesses would offer NASA the best opportunity for obtaining the lightest, most cost-effective, production-ready technical solution meeting the stated requirements and goals of this solicitation. There are existing commercially available life rafts that can meet the prescribed weight and volume targets, along with all the other stated performance requirements, with little if any design modifications needed. As such the scope of the development effort for companies such as ourselves, with such designs already existing in their current product offerings, would likely be substantially less than firms that may be eligible to participate (as small businesses), but otherwise far less advanced in their development capabilities for such equipment. Why should the astronauts in need of such mission critical equipment be denied the very best that a full and open competition will afford them? Answer 4: In accordance with FAR 19.502-2(a), "Each acquisition of supplies or services that has an anticipated dollar value exceeding $3,500 ($20,000 for acquisitions as described in 13.201(g)(1)), but not over $150,000 ($300,000 for acquisitions described in paragraph (1) of the Simplified Acquisition Threshold definition at 2.101), is automatically reserved exclusively for small business concerns and shall be set aside for small business unless the contracting officer determines there is not a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery." Question 5: There appears a lack of clarity between the RFQ and the SOW with respect to what exactly is expected in the bid response as far as supporting documents (e.g. project plan and schedule). Is there a particular format desired for the RFQ response to address this? Answer 5: Project plan and schedule are acceptable in any commonly-used format (e.g. Microsoft Word, Microsoft Project, Adobe PDF) in order to assess how a company will accomplish the proposed milestones. Question 6: Many of the performance requirements listed in the SOW are somewhat vague or open-ended in that they imply certain features of the raft are subject to further discussions with NASA (e.g. options for inflatable ingress ramp systems). While such ramp systems are readily available from our existing product range, their inclusion can impact cost, weight and packed volume. What is NASA's preference? Is it as stated to make the raft mass as light as possible with minimized geometric volume, or are certain higher level performance features such as inflatable ingress ramp systems desired. Should such features be offered as options within the RFQ? Answer 6: The entire design spectrum should be offered as options as long as they fall within minimum requirements. Question 7: In the SOW, there are Figures (1.0 thru 5.0) appended, with no direct reference to same (with the exception of Figure 3.0 which is referenced twice). Are the other figures binding with respect to the features illustrated, or merely offered as guidance? Answer 7: The volume and anthro figures are requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d85f6be92911284b8a06683fbf9b73bd)
- Record
- SN04070374-W 20160403/160401234413-d85f6be92911284b8a06683fbf9b73bd (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 |