Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2012 FBO #3984
SOLICITATION NOTICE

C -- 3rd Round Q&As from DRAFT RFP W15QKN-12-R-E013

Notice Date
10/19/2012
 
Notice Type
Presolicitation
 
Contracting Office
U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN12RE013
 
Response Due
10/19/2012
 
Archive Date
10/19/2013
 
Point of Contact
Donald Gurry, Contract Specialist, 973-724-4267
 
E-Mail Address
Donald Gurry
(donald.gurry@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W15QKN-12-R-E013W15QKN-13-R-E013 QUESTION: Reference - The posting for RFP W15QKN-12-R-E013 indicates that the contract will be for the acquisition of Commercial Services with incidental supplies The PWS for T0 0001 indicates that satisfactory completion cannot be achieved without designing, testing and delivering an RF Subsystem that meets a detailed set of requirements. Is the RF Subsystem an incidental supply item or is T0 0001 a fixed price supply task order for a commercial item? RESPONSE: The contract allows for the delivery of material and hardware. This item is considered hardware. QUESTION: Is there any Proprietary Data associated with the NGATS RF Microwave Frequency Support? RESPONSE: There is no proprietary data associated with this task. QUESTION: Para 4.3.1 of the TASK01 PWS states shall support all current and future requirements Recommend above wording be changed to the following: shall support all current and known future requirements RESPONSE: We would like the system to be robust enough to support future technologies. The contractors should analyze what the industry roadmaps are and plan for growth of their design to support these technologies. QUESTION: Para 4.3.1.1 of the TASK01 PWS states shall assure all current and future systems are addressed. Recommend above wording be changed to the following: shall assure all current and known future systems are addressed. RESPONSE: We would like the system to be robust enough to support future technologies. The contractors should analyze what the industry roadmaps are and plan for growth of their design to support these technologies. QUESTION: Para 4.23.1 of the TASK01 PWS states All data delivered to the Government shall be unlimited. All markings contrary to this and existing in the TDP shall be removed before delivery. Recommend above wording be changed to the following: The Government shall have unlimited rights to data that is developed under this contract. RESPONSE: Noted. The wording is not changed. QUESTION: BASIC PWS Para 4.3.2 states The contractor shall develop test stations that conform to DoD standards for ATS, support open architecture, utilize state of the art technologies, contain no proprietary hardware/software, and utilize commercial off the shelf instruments to the greatest extent possible. Recommend above wording be changed as follows: The contractor shall develop test stations that conform to DoD standards for ATS, support open architecture, utilize state of the art technologies, contain no proprietary hardware/software to the greatest extent possible, and utilize commercial off the shelf instruments to the greatest extent possible. RESPONSE: Proprietary information is not to be submitted. The wording will not be changed. QUESTION: TASK 01 PWS Paragraph 4.20.1 states One complete set of technical data suitable for recomplete for the all prototype hardware shall be delivered. The design of the hardware product baseline shall be documented through the use of engineering data. The TDP shall conform to data item description, DI-SESS-8100D (CDRL A008), Product Drawings/Models and Associated Lists. Recommend that the recomplete level TDP be defined on a task-by-task basis to ensure prototype efforts are timely and affordable. RESPONSE: Noted, will be defined with what level of data is required. QUESTION: There appears to be a discrepancy between the Labor Category and Rates Table in Section L and the Labor Category Descriptions file. The table lists labor category G Software Engineer, while there is no labor category description. RESPONSE: The Labor Category Description file will be revised. QUESTION: FIRST TASK ORDER Will we have access to an NGATS system software, in order to integrate the new hardware? RESPONSE: Yes the software will be made available if required. QUESTION: This should be covered by a general statement that it needs re-work. RESPONSE: The comment is unclear. Unable to provide a response. QUESTION: For paragraph 4.14.1 (PWSFirstTask.doc): Requires the contractor to supply an integration log book (CDRL A007) for the RF sub-system [at paragraph 4.14.2]. However, the description for CDRL A007 is for a TPS Integration Log book. What is the Governments expectation for the content, format, etc of an RF Subsystem integration log book? RESPONSE: This is an error and will be corrected. The log book will be in contractor format and specified in the CDRL. QUESTION: In Section 5.3.1 one of the future ATE Systems listed is ARGCS. What is the role that ARGCS will play in the US Army Standard Family of Testers? RESPONSE: The ARGCS was an evaluation/demonstration project. It will not be part of the IFTE family of Testers. QUESTION: From the time of the Sources Sought, until now at Draft RFP, the EO/IR Hardware Requirements and the IRWindows Software requirements have been dropped. Is it to be assumed there will be no EO/IR type activities implemented on this IDIQ? RESPONSE: The EO requirement has been put back into the basic PWS. QUESTION: FIRST TASK ORDER What type of Acceptance test will be required, for the first task? e.g.Will there be TPS's that need to be integrated with the RF subsystem. RESPONSE: No. Functional testing to verify the subsystem meets the requirements. 10/03/12 IPT: Joe Cuccaro to review and provide a response. The first task will most likely be de-scoped to eliminate the prototype delivery. QUESTION: It appears that an update is required for the data in the tables of paragraph 4.3. For instance, frequency measurement inputs normally specify sensitivity (lowest measurable signal) as well as Voltage Standing Wave Ratio (VSWR). Can we expect this appendix to be revised? RESPONSE: All errors will be corrected in the final version QUESTION: Why is a commitment letter for the basic PWS required, when no work will be awarded on the base? RESPONSE: In conjunction with the resumes, letters of commitment from each person identified shall be provided documenting the Offeror's availability to begin performing this effort at the time of award. This is in accordance with Instructions to Offerors - Sections L and Evaluation Factors for Award - M Subfactor 2 (Personnel Knowledge and Experience). The Government wants to ensure that the offeror has personnel available to support this effort as stated in the Performance Work Statement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b099daa01fe0dec38d5520b24fe1dbb6)
 
Record
SN02916899-W 20121021/121019234339-b099daa01fe0dec38d5520b24fe1dbb6 (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.