Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
MODIFICATION

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

Notice Date
2/13/2004
 
Notice Type
Modification
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0014
 
Response Due
2/18/2004
 
Point of Contact
Donald B. Ellison 8128545774
 
E-Mail Address
point of contact
(ellison_db@crane.navy.mil)
 
Description
This is Amendment 0002 for a combined synopsis/solicitation for commercial items that was originally issued on 20 February 2003 and is hereby amended as follows: A. The time by which offers must be received is changed from 1:00 PM Eastern Standard Time to 2:30 PM Eastern Standard Time. (The closing date, 21APR03, is unchanged.) B. In Addendum 2 to the solicitation, Page 1 of 5 is corrected to change Item 0000 to Item 0009. C. In Addendum 4 to the solicitation, the first sentence of Paragraph A.3. is deleted and replaced by the following two sentences: Separate proposals are required for each MD/NS subsystem being proposed. Variants within each subsystem may be proposed within that subsystem proposal. Each proposal shall include five (5) copies of Volume 1 and two (2) copies of Volume 2, 3 and 4. D. In Addendum 4 to the solicitation, the second sentence of Parag raph D is deleted and replaced by the following: If the offeror is a small business, this volume shall describe the extent to which your company has identified and committed to provide for participation by small, small and disadvantaged businesses (SDB), woman owned businesses (WOB), historically black colleges and universities, or other minority institutions for the performance of this effort. The Offeror shall provide sufficient information to demonstrate that the tasks assigned the selected small and/or SDB and WOB subcontractors are meaningful in the sense that they will be performing functions important to the overall success of the program and also broaden the subcontractor's technical capability. The offeror shall describe their management approach for enhancing small, SDB and WOB subcontractor's technical capability. Of special interest is the amount and type of work to be performed by the subcontractors. The offeror shall explain the reasons for and advantages of selecting particular subcontractors. E. The solicitation states that “Initial inspection of the required supplies shall be performed by the cognizant DCMA and/or NSWC personnel at the contractor’s/sub-contractor’s facility. Final inspection and acceptance shall be at NSWC Crane.” This statement applies to all deliveries on the future contracts including prototypes and production hardware. F. Additional details concerning the Oral Presentations/Demonstrations (as set forth in Addendum 3) are as follows: Oral Presentation/Demonstration: Formal scheduling of the Oral Presentation/Demonstration will be conducted shortly after the solicitation closes. The Government will notify each offeror of the date and time of the Oral Presentation/Demonstration at least two weeks prior to the scheduled date. The number of offeror representatives for each Oral Presentation/Demonstration shall not exceed six. In order to facilitate the source selection process, the Government intends to schedule the Oral Presentation/Demonstration by MDNS subsystem rather than by offeror. Offerors shall have up to 2 hours to present Powerpoint presentations, conduct any product demonstrations, and allow for a question and answer period. It is anticipated that it will be possible for offerors to conduct limited operational demonstrations of passive devices, visible bright lights, and Class 3A lasers. The Government is currently investigating the possibility of more detailed demonstrations at a range yet to be determined. G. The changes below have resulted in a revised Statement of Work (SOW) and Performance Specification, which are attached and available for downloading. The SOW and Performance Specification were originally published as Addendum 1, Section 2 and Addendum 1, Section 3 of the solicitation. The information shown below is only a summary of the changes made to the attached SOW and Performance Specification. STATEMENT OF WORK CHANGES: 1) Paragraph 3.2.4 Operator’s Manual: Paragraph title renamed and simplified to reference MIL-PRF-63016B(TM), which is consistent with the Performance Specificat NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
to download solicitation from Crane's home page
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016402R0014/listing.html)
 
Record
SN00604100-F 20040617/040615213404 (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  © 1994-2020, Loren Data Corp.