Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

A -- ACOUSTIC COUNTER BATTERY SYSTEM

Notice Date
February 16, 2001
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
ZIP Code
07806-5000
Solicitation Number
DAAE30-01-R-0212
Response Due
March 12, 2001
Point of Contact
Robert McMinn, Contract Specialist, 973-724-3504
E-Mail Address
Robert McMinn (rmcminn@pica.army.mil)
Description
1. Solicitation DAAE30-01-R-0212 is hereby amended as follows: 1a. Section C, Paragraphs 3.1.2 and 4.3; change 90mm to 81mm. 1b. Section C, Paragraph C.4 , reference is changed from (see paragraphs 2.1) to (see paragraph C.4.1) 1c.Section C, Paragraph C.6 of the Solicitation is changed to read as follows: Systems & Electronics Inc. (SEI), located in St. Louis, MO is the Striker vehicle developer. SEI has prior experience with integrating an acoustic sensor system onto a Striker. The Government desires SEI to function as a subcontractor to the offeror. The offeror is expected to identify cost associated with system integration as part of response to the ACBS RFP. 1d. Response date for proposal is 12 March 2001. 2. Questions received from potential offerors and responses are as follows: 2a. Section C.4: Reference is made to paragraph 2.1, although there does not appear to be such a paragraph. Is this information missing? Response:. See item 1.b, above. 2b. Section C.6: The statement is made that the offerors are expected to work with SEI within the constraints of the budget identified for the integration. By this, does the government expect that each offeror will establish a teaming agreement, followed by a subcontract, with SEI? Response: See item 1.c, above. Does the government also expect the offeror to include costs for SEI within his bid, whether or not a specific agreement is established? Response: Yes. 2c. Section F.2: The government states that the demonstration shall be in the fourth quarter of FY02. Is this irrespective of when the ACBS contract is awarded? The ACBS is 18 months effort and is based on 30 Mar 01 award date. Does the government have an award date for the ACBS program established? Response: Period of Performance will be 18 months from date of award. Completion date is not restricted to fourth quarter of FY02. 2d. Section I.4 (a) (2): The government states that it will deliver to the contractor the property described in the schedule or specifications. Does the government have a date and place for delivery identified for the items listed in Section C.5, or can the offeror specify this in the proposal? Response: The offeror should specify dates and place in proposal or state that they will be determined during contract performance. 2e Section L.3.1: As an element of corporate performance, the government requests information on innovation in the area of logistics support. Considering that ACBS is to be a technology demonstration program, could the government clarify what logistics support performance is expected in ACBS? Response: This category is contained in the Past Performance area of the Solicitation. Logistics Support Performance information is requested on previous efforts. 2f. Section M.3.1 (a): The government states that the completeness and adequacy of the performance based statement of work (SOW) is an evaluation factor. Does the government have a specific format, or a reference guide, for a performance based SOW? Response: Please refer to MIL- HDBK-245D Handbook for Preparation of Statement of Work (http://lrc3.monmouth.army.mil/cecom/lrc/pie/word/hbk245d.doc ) 2g. (Reference Par. Section C.4 Demo Scenario:) Can you define the Base Station: Will the base station be on a tactical vehicle, or is it some convenient place, like a tent or trailer? Response: The base station will not be on a tactical vehicle. For the demo, it could be any place where SINCGARS RF link can be made with the Striker vehicles. Tactically, it would be located in the Bridgade Tactical Operations Center. 2h. Is the ACBS contractor supposed to provide a computer for the base station, or is it supposed to use a computer supplied (GFE) by the Govt. ? Response: Ideally, we prefer using an organic platform (Bde TOC asset)to run the base station SW, but for the demo, we will use contractor provided platform. 2i. What system will be used to transmit the messages between the base station and the Brigade TOC or FDC? (Can we assume it will be an ATI message sent using a SINCGARS radio?) Response: Based on current concept of co-locating the base station within the Bridgade TOC (which has a hard-wired Tactical Local Area Network) and to use contractor provided platform, the emphasis should be on the compatibility of base station output format to a Brigade TOC LAN connection. 2j. (Reference Par. C.6 System Integration) Who is responsible for identifying the budget for the integration? Response: The offeror is expected to identify cost associated with system integration as part of response to the ACBS RFP. Systems & Electronics Inc. (SEI), located in St. Louis, MO is the striker vehicle developer. SEI has prior experience with integrating an acoustic sensor system onto a Striker. Hence, Government desires SEI to function as a subcontractor to the offeror. 2k. Are we supposed to negotiate a cost with SEI as part of our response to this Solicitation or will the US Army negotiate a contract with SEI to support the ACBS contractor; if so, then we should assume that the support provided by SEI is a GFE item? Response: The offeror should negotiate with SEI as part of response to RFP. SEI support is NOT a GFE item. 2l. (Reference Par. C.3.1 Performance Requirements) Can you provide a reference for what constitutes the "standard Army MET Information". Response: For the demo, a standard MET data collected at YPG, which is comparable to standard Army MET data, will be made available. During continuous mission operations, data is collected every two hours via balloon radiosonde (also called metsonde). Wind speed, direction, temperature, humidity and pressure are collected at the following altitudes: Surface to 3000 at every 500m; 3000m to 20000m at every 1000m. 2m. Will SEI (the vehicle integrator for Striker) be funded separately by TACOM to support ACBS, or should we request a proposal for their services under this program for submission with our prime proposal? Response: The offeror is expected to identify cost associated with system integration as part of response to the ACBS RFP. SEI has prior experience with integrating an acoustic sensor system onto a Striker. Hence, the Government desires SEI to function as a subcontractor to the offeror. 2n. Is SEI available for technical questions during the RFP period, or should all questions for SEI go through TACOM? Response: All Technical questions should come through TACOM-ARDEC. 2o. Page 3 of the RFP states that the DD1423 data will not be separately priced, while Section L.1.2 requests that the offeror fill in blocks 17 & 18 of DD1423. Is it acceptable to fill in the DD1423 block 18 with NSP? Response: Offerors are requested to fill in requested information in Blocks 17&18 of DD1423.
Web Link
US ARMY TACOM-ARDEC Procurement Network (http://procnet.pica.army.mil/cbd/RFP/01R0212/01R02121.htm)
Record
Loren Data Corp. 20010221/ASOL005.HTM (D-047 SN50D9H7)

A - Research and Development Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com