Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2003 FBO #0502
MODIFICATION

10 -- MINI-DAY/NIGHT SIGHT (MD/NS) DEVELOPMENT

Notice Date
4/14/2003
 
Notice Type
Modification
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402R0014
 
Response Due
5/5/2003
 
Point of Contact
Don Ellison 812-854-5774
 
E-Mail Address
Email your questions to point of contact
(ellison_db@crane.navy.mil)
 
Description
This is Amendment 0003 for a combined synopsis/solicitation for commercial items that was originally issued on 20 February 2003 and is hereby amended as follows: A. The date by which offers must be received is changed from 21 APR 03 to 05 MAY 03. (The closing time, 2:30 pm Eastern Standard Time, is unchanged.) B. The clause at FAR 52.225-8 is added. C. The Contracting and Management Subfactors for Phase 1, Step 2 and Phase 3, Step 2 of the proposal evaluation process (as set forth in ADDENDUM 3 of the solicitation) are changed to include ?Subcontracting?. The order of the subfactors is therefore changed to: A. Past Performance; B. Schedule; C. Subcontracting; and D. Price. D. The purpose of the approaching Oral Presentations/Demonstrations is for offerors to provide a presentation concerning the technical aspects of their proposal and to demonst rate their product sample. The Oral Presentations/Demonstrations shall only address elements related to the offeror?s Technical Proposal (as set forth in Paragraph B. of ADDENDUM 4 to the solicitation). Past performance, proposed delivery schedules, subcontracting and proposed prices shall not be discussed during Oral Presentations/Demonstrations. E. At the Oral Presentations/Demonstrations, the Government will provide the following 3 items for use by the offerors: 1) A Microsoft compatible computer with CD-ROM; 2) Electronic overhead projection equipment for computer generated presentations; 3) an overhead projector for use with transparencies. F. At the Oral Presentations/Demonstrations, offerors shall make available to the Government 20 hard copies of their MS PowerPoint presentation. Offerors are reminded that product samples are not to be submitted with the proposal on the closing date of this solicitation. Product samples are to be brought to the Oral Presentations/Demonstrations. No other contract deliverables (such as operator?s manuals) are required at the Oral Presentations/Demonstrations. G. The STRAC Manual referenced in the Performance Specification and other related information may be obtained at the following websites: http://www.atsc.army.mil/atmd/strac/stracweb.asp http://www.adtdl.army.mil/cgi-bin/atdl.dll/pam/350-38/chap5.doc H. Envelope Drawings for the M4/M203 can be downloaded in PDF format: \Family_of_M16_rifles.pdf \family_of_m203.pdf \M4_M16_M203 Envelope_drawings.pdf I. Delivery Schedules for the following items (as set forth in Addendum 2 of the solicitation) have been changed as shown below: ITEM No.?s 0005, 0006 and 0007 (MNVS II) are now 120 DAO (Required Delivery Sche dule) / 90 DAO (Objective Delivery Schedule) ITEM No.?s 0009, 0010 and 0011 (CNVD) are now 120 DAO (Required Delivery Schedule) / 90 DAO (Objective Delivery Schedule) ITEM No.?s 0025, 0026, and 0027 (CVL II) are now 90 DAO (Required Delivery Schedule) / 60 DAO (Objective Delivery Schedule) ITEM No.?s 0029, 0030, and 0031 (ITPIAL II) are now 90 DAO (Required Delivery Schedule) / 60 DAO (Objective Delivery Schedule. J. The changes below have resulted in a revised Performance Specification, which is attached and available for downloading. The Performance Specification originally published as Addendum 1, Section 3 of the solicitation. The information show below is only a summary of the changes made to the attached PERFORMANCE SPECIFICATION. PERFORMANCE SPECIFICATION CHANGES: 1) Paragraph 3.1.2.5 Power Supplies: A clause was added to allow for exemptio n to the requirement for batteries to be able to be replaced by the operator with one hand, without using tools, and without removing the MDNS subsystem from the host weapon. 2) Paragraph 3.2.7 Counter-Detection: The requirement for light emission detection was changed from 5 meters to 10 meters. 3) Paragraph 3.2.14: This paragraph had inadvertently been skipped over in the previous revision of the performance specification. This amendment corrects that oversight and renumbers subsequent paragraphs. 4) Paragraph 3.2.21 Exterior Finish: The requirement for exterior finish was changed from flat dark gray to taupe. Note: Product samples for the Oral Presentations/Demonstrations are exempt from this requirement. 5) Paragraph 3.3.1.1.1.2.2 Reticle: Threshold and objective ranges were added to the ballistic compensating reticle. 6) Paragraph 3.3.1.1.1.2.4 Eye Relief: The ECOS eye relief has been corrected to read 1.4 inches to 3.0 inches. 7) Paragraph 3.3.1.3.1.1.3 Weight: The CNVD Objective Weight requirement was raised to 22 ounces. 8) Paragraph 3.3.1.3.1.2.1 Scope Compatibility: The CNVD Scope compatibility table was changed to all APPs. 9) Paragraph 3.3.2.1.1.1.4 Battery Removal: The requirement for batteries to be able to be replaced by the operator with one hand, without using tools, and without removing the MDNS subsystem from the host weapon was deleted for the VBL III. 10) Paragraph 3.4.1.3 Electromagnetic Performance Parameters: This paragraph was improperly labeled 3.4.2. Additionally, the Table was incorrectly identified. 11) Paragraph 3.4.2 Environmental Requirements: Minor errors were corrected. Also, the requirement for a MIL-STD-810 Rain Test were removed. 12) Paragraph 3.4.4 Fi ring Schedules: A clause was added to allow for simulated weapon shock/recoil using shock profiles to be used to validate this requirement. The requirement was also clarified to include all MDNS subsystems. 13) Paragraph 3.7.2 Labeling: An exception to the labeling requirements was given for backup iron sights and rail interface systems. 14) Paragraph 3.7.5 Oil, Solvent, and Other Chemical Compatibility: A reference to the maintenance manual was changed to reflect the correct terminology ?Operator?s Manual?. 15) Paragraph 4.3 Operational Testing (OT): Minor changes to the test methodology were incorporated. 16) Paragraph 6.1 Operator?s Manual: Further clarification was provided for minimum requirements for the Operator?s Manual. K. Changes to the GO/NO CRITERIA (as set forth in Addendum 3 to the solicitation) are as shown below: 1) The CNVD Scope Compatibility requirement was eliminated as a GO/NO GO CRITERIA due to a change in the Performance Specification requirements. 2) The RIS II Interoperability Performance Specification paragraph number was corrected from 3.3.1.5.1 to 3.1.2.6 within the GO/NO GO CRITERIA. 3) For the CVL II, a Markings category similar to the ITPIAL II requirement was added to the GO/NO GO CRITERIA as follows: Phase 1 Step 1 Phase 1 Step 2 Phase 2 Nomenclature A B C Markings (Ref Performance Specification 3.3.2.3.1.1) All other terms and conditions in the solicitation remain the same. Offers shall be delivered to: Naval Surface Warfare Center, Building 2521, Attn: Don Ellison (Code 1162), 300 Highway 361, Crane, IN 47522-5001. Offers shall not be faxed or e-mailed. All required information must be received on or before 05 MAY 03, 2:30 PM Eastern Standar d Time. Mr. Ellison may be contacted at 812-854-5774, FAX 812-854-5095, or e-mail ellison_db@crane.navy.mil.
 
Web Link
to download solicitation
(http://www.crane.navy.mil/supply/02r0014/02r0014_comb/02R0014_comb.htm)
 
Record
SN00303241-W 20030416/030414213645 (fbodaily.com)
 
Source
FedBizOpps.gov 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.