Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
MODIFICATION

39 -- SCAMP Expeditionary Crane (SCAMP II)

Notice Date
4/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-17-R-0103
 
Archive Date
5/21/2017
 
Point of Contact
Oddny G. Yerby, Phone: 2568760282, Yasmine Clanton, Phone: 2568765427
 
E-Mail Address
oddny.g.yerby.civ@mail.mil, yasmine.clanton.civ@mail.mil
(oddny.g.yerby.civ@mail.mil, yasmine.clanton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The following Questions were recieved by the Contracting Office regarding the solicitation. The Answers are included herein: QUESTION: Please confirm that the crane lights are only required to "not interfere with the operator's vision while conducting operations....while the operator vision is aided by the use of a night vision device (night vision goggle such as but not limited to the AN/AVS-6)." Therefore, it is not required that the crane lights actually enhance or work specifically with a "NVS" such as blackout lights. Do you expect the crane to have blackout lights? ANSWER: NVS-compatible lighting, including, but not limited to, blackout lights, are an objective. QUESTION: Please confirm 1st 12 cranes shall include all improvements cited as "Key Performance Requirements" in Requirements Summary Matrix. Also, does the phrase "All cranes provided to the Government" include the initial crane ordered by Purchase Order for purposes of the SSPD, which is prior to contract award? ANSWER: Yes, all cranes delivered under this contract, all delivery orders, and including the production sample for SSPD should be representative of the contractor's final solution for this requirement. QUESTION: Please confirm 1st 12 cranes shall include all improvements cited as "Key Performance Requirements" in Requirements Summary Matrix. Also, does the phrase "All cranes provided to the Government" include the initial crane ordered by Purchase Order for purposes of the SSPD, which is prior to contract award? ANSWER: Yes, all cranes delivered under this contract, all delivery orders, and including the production sample for SSPD should be representative of the contractor's final solution for this requirement. QUESTION: We believe our question regarding the development of the technical manual was misunderstood. We understand that the SCAMP II Crane will be used during the Government conducted Log Demo and Technical Manual Verification. In order to develop the MIL-STD-40051-2C technical manuals, two cranes will be needed to author the TM documentation. This is required to make sure the Technical Manual, Provisioning, and RPSTL parts data match the crane itself. Will the Government consider the use of two cranes at the Prime Contractor facility to develop the required technical manual? This is the typical process of technical manual development. We request two cranes be authorized, one for corrective maintenance and the other for troubleshooting for technical manual development. ANSWER: Two cranes will support TM creation but will be located at the Government facility at Ft. Eustis, VA. These two cranes will be a part of the 6 cranes delivered to Ft. Eustis under Delivery Order 0001. QUESTION: The answer above states that "It is specified in the solicitation that, from the time of contract award, the offeror will have 60 days to deliver the first 12 units." However, Attachment 0015 - Delivery order 001 Rev A, of the solicitation states that 6 units will be delivered to three different Army locations 60 DACA, then the second 6 units will be delivered to Ft. Eustice, VA 240 DACA. Please confirm that your statement above does not match the solicitation and confirm actual delivery expectation of initial 12 cranes on CLIN 0001. ANSWER: Yes, the 6 cranes to be delivered to Ft. Eustis, VA, will be required 240 DACA. The other 6 cranes to be delivered under Delivery Order 0001 will be required 60 DACA. QUESTION: For clarity purposes to fully understand the requirement: Does the Government require other-than a Standard Commercial Crane prior to Army Award of the contract for the purposes of the SSPD? Is it the Government's expectation that the Prime Contractor Modify a commercial Crane to fully comply with all Army requirements as part of the SSPD bid sample? We believe allowing only 60 days to engineer, commercially test, evaluate the commercial test results to prove design changes comply, and deliver the bid sample cranes within 60 calendar days cannot be reasonably accomplished with a commercially available crane, as required by the RFP. This is especially true considering the bid sample is one of the critical aspects of the evaluation criteria towards an award. The Government has stated several times of its desire to "purchase a commercially-available crane." Further, it states that the final production crane, "may require minor modifications to the commercial" crane. Many of the requirements in the PID are NOT available from any commercial crane manufacturer today for the commercial market. If the Government expects an Army Production ready Crane as a bid sample, will the Army allow more time to engineer the Army modifications to the standard commercial crane, test the modifications, review test results, update engineering design, if necessary, resulting from the test, and then deliver the cranes to ATC for evaluation? ANSWER: All cranes delivered under this contract, all delivery orders, and including the production sample for SSPD should be representative of the contractor's final solution for this requirement. It is the Government's expectation that the offeror modify a commercial crane to meet this requirement for the product sample as well as final deliveries under any resulting contract. The functions required by the Government are available in the commercial market. Therefore, the Government will not allow additional time for engineering modifications at this time. QUESTION: Our question should have been more specific. We have read page 90 of 95 of the solicitation, which outlines the order in which the (5) evaluation factors are going to be weighed against each other. We are asking if there are pre-determined weighting scales for items within each of those evaluation factors. For instance, how will each crane be measured against the technical factors of other offerors' cranes as it relates to the requirements that are defined as "objective" requirements in the PID? Does the Government have a predetermined weighting scale for that or is the Government going to determine best value at time of the SSPD? ANSWER: THe Government determines best value. QUESTION: SOW 3.6.1 states that the contractor implement ISO 9001:2015 for "design process in capturing the performance, manufacturing and operational support requirements." With the requirement to substantially modify commercially manufactured cranes into the SCAMP II production crane, is it acceptable to the Army for a contractor to make modifications to their commercial cranes in facilities that are not ISO 9001:2015 compliant? ANSWER: The requirement is for facilities to be ISO 9001:2015 compliant or equivalent. PM AGSE makes the determination if a facility is ISO 9001:2015 equivalent.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/83c99acf86e4a431f3c9b6179cc0642e)
 
Record
SN04469393-W 20170414/170412234247-83c99acf86e4a431f3c9b6179cc0642e (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.