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 -- MINIATURE DAY/NIGHT SIGHT (MDNS)

Notice Date
3/26/2003
 
Notice Type
Modification
 
Contracting Office
N00164, Code 1162, Bldg. 2521, 300 Highway 361, Crane IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0014
 
Response Due
4/21/2003
 
Point of Contact
DON ELLISON, CONTRACTING OFFICER, 812-854-5774, FAX 812-854-5095
 
E-Mail Address
Click here to contact the Contracting Officer
(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 pion. 2) Paragraph 3.3.15 has been deleted due to redundant and incorrect information. Subsequent paragraphs renumbered. 3) Paragraph 3.3.18 Non-Warranty Repair: Since it is not the government’s intent to fund spare parts or float stock for repair, the last sentence of paragraph 3.3.18 will be removed. PERFORMANCE SPECIFICATION CHANGES: 1) Paragraph 1.2 Project Definition: Table was changed to include o nly MDNS Development elements. Additionally, a note was added which clarifies the scope of this procurement. A reference to BROAD AGENCY ANNOUNCEMENT N00164-01-R-0155 was made for offerors interested in submitting proposals for ancillary items that may enhance the SOPMOD capability that are not included in this solicitation. 2) Paragraph 3.2.18 Tools: The objective requirement to eliminate the use of tools was deleted. 3) Paragraph 3.2.21 Resistance to Electromagnetic Interference: This paragraph has been removed. However, note that Paragraph 3.4.1, which references Electromagnetic Performance Parameters remains. 4) Paragraph 3.3.1.3 CNVD: The requirement for CNVD mounting and compatibility was clarified in paragraphs 3.3.1.3.1.1.1, 3.3.1.3.1.1.2, and 3.3.1.3.1.2.6. Additionally, the objective weight requirement was corrected in paragraph 3.3.1.3.1.1.3. 5) Pa ragraph 3.3.2.1 VBL III: The VBL brightness requirement was clarified in paragraph 3.3.2.1.1.2.3. Also, reference to additional CLINs was removed from paragraph 3.3.2.1.1.2.2. Additionally, paragraph 3.3.2.1.1.2.6 was added to clarify battery power requirements. Finally, paragraph 3.3.2.1.1.1.2 was revised to clarify switching requirements. 6) Paragraph 3.3.2.2 ITPIAL II: The Aiming Laser Beam Divergence tolerance requirement in paragraph 3.3.2.2.1.3.1.2 was amended. 7) Paragraph 3.3.2.3 Visible Laser II: The Laser Beam Divergence tolerance requirement in paragraph 3.3.2.3.2.1 was amended. Additionally, the maximum threshold weight requirement has been increased to 9 ounces. 8) Paragraph 3.4.1 Electromagnetic Performance Parameters: Paragraph 3.4.1 was rewritten to clarify electromagnetic performance requirements. 9) Paragraph 3.4.2 and 3.4.3 Environmental/ Shock/Vibration: These tables have been rewritten to clarify requirements and correct minor errors. 10) Paragraph 6.1 Operator’s Manual: The Operator’s Manual requirement was simplified to specify MIL-PRF-63016B(TM), Type 10. Additionally, the 10-30 page requirement has been removed. H. All prospective offerors are extended the opportunity to visit NSWC Crane, at their own expense, to view compatibility with other SOPMOD components as delineated in paragraph 1.2 of the MDNS Performance specification. If interested, offerors shall submit a visit request with Bobby Just at 812-854-5197 or via e-mail at just_r@crane.navy.mil by no later than Friday, April 5, 2003. It is currently targeted that visits will be permitted during regular business hours, Mon-Fri April 7-11, 2003. Visits will be permitted on appointment schedule only. I. It is hereby reiterated that no changes to the solicitation’s requirements are effective unless such changes have been incorporated into the solicitation by the Contracting Officer. For example, oral communications during product demonstrations are not to be construed as changes to the solicitation’s requirements. All other terms and conditions in the solicitation remains 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 emailed. All required information must be received on or before 21APR03 2:30 PM Eastern Standard Time. Mr. Ellison may be contacted at 812-854-5774, FAX 812-854-5095, or EMAIL ellison_db@crane.navy.mil . NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAR-2003). 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
Click here to download synopsis and specs
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016402R0014/listing.html)
 
Record
SN00604106-F 20040617/040615213406 (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.