MODIFICATION
13 -- Questions and Answers for DRAFT SOLICITATION FOR PISTOL AMMUNITION
- Notice Date
- 7/21/2015
- Notice Type
- Modification/Amendment
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J15R0001
- Archive Date
- 7/20/2016
- Point of Contact
- Gregory L. Rice, 309-782-4942
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(gregory.l.rice10.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Questions and Answers provided to this DRAFT solicitation. They are provided in response to industry comments and questions regarding an anticipated future Request for Proposal (RFP) for various pistol ammunition. RFP W52P1J-15-R-0001 - Offerors questions and answers - July 21, 2015 Question (1) In Section L, Volume II Past Performance, (3) Section 3, (page 108) Major Subcontractors appears defined as quote mark all subcontractors who will be providing critical hardware/services or whose subcontract is for more than 10% of the total proposed cost/price. quote mark In Section M, 3. The Past Performance Factor, b, (page 118) Major subcontractors are defined as quote mark members of an offerors overall team who are expected to perform ten (10) percent or more of the proposed effort. quote mark Would the Government change the definition of major subcontractor in Section L to match the definition expressed in Section M on which the factor will be evaluated? ANSWER (1): The RFP will clarify that the major subcontractors are those expected to perform ten (10) percent or more of the proposed cost/price of the effort. Question (2) Section L, Volume I Technical Approach Factor, 2.a & 2.b (page 107) 2. a. Requires Process Flow Diagrams detailing manufacturing elements to include all processes for manufacturing components. 2. b. Requires a description of the following information: diagrams and layout of equipment. Given that there are 9 DODICs listed in this solicitation would the Government consider excluding Flow Charts and Equipment Layouts from page counts and instead be included as evidence documents? ANSWER (2): The RFP will indicate that Flow Charts and Equipment Layouts are excluded from page counts. Question (3) Section L, Volume I Technical Approach Factor, Section 1, Sub-factor 1.5 Integrated Master Schedule (page 107) 1.5 requires a plan for an integrated master schedule that illustrates the tasks, durations, dependencies and sequencing of all actions, resources, and integration needed for the offeror to demonstrate an effective approach to meeting solicitation requirements. The plans shall explain how the offeror will either dedicate a production line or change tooling as necessary to convert an existing production line from another product to.38 Caliber,.45 Caliber and 9mm Cartridges production. The schedule shall clearly document and integrate the material lead-times, and manufacturing process lead-times. Given that an adequate response to these requirements will require considerable narrative description in addition to the detailed multi-page IMS Project file, would the Government consider excluding the IMS Project file from page counts and instead have it included as evidence documents? ANSWER (3): The RFP will indicated that the Integrated Master Schedule are excluded from page count. Question (4) May a copy of Cartridge Specification MIL-DTL-1311 cited below be provided for a comprehensive response to Solicitation W52P1J-15-R-0001? ANSWER (4) A copy of Cartridge Specification MIL-DTL-1311 will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3ff225295a3f386e4b9e9aa4b4084a22)
- Record
- SN03804250-W 20150723/150721235008-3ff225295a3f386e4b9e9aa4b4084a22 (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 |