COMMERCE BUSINESS DAILY ISSUE OF MARCH 9, 2001 PSA #2804
SOLICITATIONS
A -- ACOUSTIC COUNTER BATTERY SYSTEM
- Notice Date
- March 7, 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
- E-Mail Address
- Robert McMinn (rmcminn@pica.army.mil)
- Description
- US Army TACOM ARDEC, Solicitation DAAE30-01-R-0212, Acoustic Counter Battery System (ACBS). Additional information or clarification was requested from the government on the following items: Question1. Reference Amendment #1, Item 1c: The government states in Item 1c that it desires that SEI be a subcontractor to the offeror for the ACBS tech demo. Would the government explain why it believes that the program cannot be executed without them, and whether it will accept fully compliant ACBS proposals, that address all requirements, but do not utilize SEI as a subcontractor? ANSWER1: As part of risk mitigation on ACBS integration, government desires that SEI be a subcontractor to the offerors. First, it is governments intent not to reinvent the wheel or induce a learning curve into an 18 month program. As the developer of STRIKER vehicle and having experience in integrating an acoustic sensor system, the government reduces risks in both schedule and funding. Second, there is an issue with GFE of STRIKER for integration. Currently, the STRIKER program in a New Equipment Training phase and there are very limited amount of STRIKER vehicles. Therefore, the only possible available vehicle is the Engineering Manufacturing & Demonstration (EMD) vehicle residing at SEI. Hence, the desired subcontractor arrangement will reduce the risk of providing STRIKER as a GFE for the integration and the final demonstration. QUESTION2: Reference Amendment #1, Items 1c, 2k and 2n: The government states in Item 1c that it desires that SEI be a subcontractor to the offeror, and in Item 2k that the offeror negotiate the cost with SEI as part of the offeror's response to the RFP. However, in Item 2n, the government states that all questions for SEI should go through the Army. How is the offeror going to negotiate with SEI if all questions are to go through the government? This would appear to be quite difficult, particularly since each offeror will likely have different ACBS concepts requiring unique considerations. Will the government provide the POC and information for SEI so that the offeror can contact them? Alternatively, will the government accept a cost factor from the offeror that represents its estimate for what the integration support will cost? ANSWER2: See ANSWER 8 below. QUESTION 3: Section A -- Solicitation / Contract Form: Your requirement for the solicitation response to be in digitalized format is noted, not currently geared to production of digitalized signatures or encryption. Can we fax/mail/email signature pages? ANSWER3: Yes QUESTION 4: Section B -- Incremental Funding This is noted to be a Cost Plus Fixed Fee (CPFF) type contract, could a firm fixed price (FFP) also be submitted. ANSWER4: Yes, A Firm Fixed Price Award will also be incrementally funded. QUESTION 5: Section C -- C6 System Integration. It is understood that the Government now proposes to contract direct with SEI, and for their element to be made available to the successful bidder as GFE. ANSWER5:See Answer 8 below QUESTION 6: Section L -- L1 Proposal Submission Instructions our copy of Form DD1423 does not appear to have Boxes 17 and 18. ANSWER6: Contact Mr. McMinn rmcminn@pica.army.mil or Ms. Apgar dapgar@pica.army.mil another DD1423 will be sent if need be. QUESTION 7: Section L -- L3 Past Performance Risk Assessment, does the Past Performance need to be in a special area? ANSWER7: Past Performance in the area of Acoustics is what is required. QUESTION 8: How do we price out interfacing with SEI unless we meet with SEI ? ANSWER8: These planning numbers can be used for all potential offerers so as to level the playing field from the integrators perspective. The following is a generic statement of work and associated planning number for each task. a. ACBS supplier planning, coordination, management and data interchange activities from contract award through contract completion. $65K (Includes Program, Project,Contracts, and Administration) b. Electrical Design and Integration of the ACBS Sensor into the Striker System. $40K (Includes cable design,fabrication, trial installation, integration and drawings and change order to existing Striker TDP) c. Mechanical Design and Integration of the ACBS Sensor into the Striker System. $30K (Includes mounting design, fabrication, trial installation, integration and drawings and change order to existing Striker TDP) d. Software Design and Integration of the ACBS Sensor into the Striker System. $60K (Includes software design code, unit test, integration and drawings and change order to existing Striker Software TDP) e.Communications interface support for end to end functionality from ACBS sensor to rear echelon communications via GFE commo equipment and fire support software $35K (includes identifying and coordinating require Fire Support Software changes and testing of said changes) Note: GFE software changes will have to funded by procuring agency. f On site test planning and support (4-6 weeks) for field demonstration at Yuma Proving Grounds. 45K (Includes FSR support for Striker, test support spares, shipment of system to YPG, IROAN after test, and return of system after test. Note: Striker vehicle must be arranged through PM Striker.
- Web Link
- US ARMY TACOM-ARDEC Procurement Network (http://procnet.pica.army.mil/cbd/RFP/01R0212/01R02123.htm)
- Record
- Loren Data Corp. 20010309/ASOL008.HTM (D-066 SN50F5N2)
| A - Research and Development Index
|
Issue Index |
Created on March 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|