Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
MODIFICATION

58 -- Simultaneous Imagery Acquisition Station

Notice Date
9/3/2004
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-04-R-RS07
 
Response Due
9/10/2004
 
Archive Date
9/2/2005
 
Point of Contact
Richard Sewell, Contract Specialist, Phone 228-688-4571, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
rsewell@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to respond to technical questions submitted against RFP Number N00173-04-R-RS07. 1. Responses are hereby provided to the following Technical and business questions: Question 1) I would like confirmation that delivery and acceptance is at the NRL facility in Washington, DC (off of Rt. 295), and that any subsequent on site technical support, as stipulated in Section 12.0 (...Four on-site technical help and troubleshooting visits for a period of 1 year...) will also be at this site. If not, what is the physical location for on-site visits? Answer 1) See the synopsis/solicitation for delivery and acceptance location. The requirements stated in Section 12.0 will take place at the same location. Question 2) a) The 35 pound load requirement for the pan/tilt units is much more than the maximum weight of the imaging systems, which are all under 7 lbs. Is there a reason for this? b) Would lighter, more compact units be acceptable? c) Do you require the pan/tilt units to be weather resistant/ weather proof? Answer 2) a) Yes. The Government anticipates using the required system in numerous ways with various possible configurations. b) See SOW Paragraph 8.1.2 for the applicable Government minimum requirements. Proposed solutions to Government requirements are the Offeror's responsibility. c) See Answer 8 to Amendment 0002. Question 3) a) In the NVUGIII specifications (Section 5.0), is the specification (5.1.2,8) of (...Focal Distance of at least 4.2 to 42mm...) critical to your application? b) Would 5.1 to 51mm be acceptable provided it was compatible with the NV tube? c) Is there a reason that the word (...Aviation...) appears in the specification (5.1.1) for the NVUGIII tube? Answer 3) a) Yes. b) See SOW Section 5.1.2(8) and Answer 6 to Amendment 0002 for the applicable Government minimum requirements. c) Yes. It represents the Government minimum requirements. Question 4) Is there a specific device (Manufacturer and model) that you have in mind, or have used to generate the new specifications for the NVUGIII? Answer 4) Proposed solution to the Government requirements are the Offeror's responsibility. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/Code3235/N00173-04-R-RS07/listing.html)
 
Place of Performance
Address: CONTRACTOR FACILITY
 
Record
SN00665782-F 20040905/040903213311 (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.