Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
MODIFICATION

10 -- Modification of W911QY10R0029.

Notice Date
2/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY10R0029
 
Response Due
3/11/2010
 
Archive Date
5/10/2010
 
Point of Contact
Nathan C. Jordan, 508-233-6034
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(nathan.c.jordan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The following have been added by full text: QUESTIONS DATED FEB. 17 2010 1. Is the shoothouse to be installed on concrete or gravel? (smooth surface?) -The shoot house will be set up on a smooth surface consisting of 2 foot square rubber floor tiles encapsulated with an epoxy based rubber covering on top of a concrete slab located inside of an existing ballistic space. 2. How many exterior doors will there be? Exterior wall panels will only have cladding on one side. -All interior panels that can be shot require cladding. The Government has requested the capability to expand the shoot house without modification of the initial purchase. If the exterior surfaces are not cladded, then they shall be able to accept cladding without modification if the Government expands the shoot house in the future. 3. AR500 has a Brinell Hardness reading between 460 and 540, is this what you are requiring? -No, the solicitation calls for all AR rated steel shall not have a Brinell Hardness rating of less than 500. Each panel shall not read less than 500 when tested with a Brinell Hardness Tester. 4. Is 26x30 the only size you will accept? 28x28 would work out better for 4 or 8 panels -Slight modifications to dimensions are acceptable 28 X 32 would be preferred to 28 X 28 5. How often are the panels shot at? Do you need to retrieve bullets or is that a function of the steel? -The armored steel panels referenced in the solicitation will be impacted with a high volume of small arms ammunition, up to and including 7.62 mm ball ammunition. To our knowledge, blast resistant panels made of fiberglass are not suitable for repeated impact in a concentrated area. If you wish to submit a proposal it must meet the armor steel requirements delineated in the solicitation. The following have been modified: ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items 1.PERIOD FOR ACCEPTANCE OF OFFERS: The period for acceptance of offers is 180 days. 2.QUESTIONS: If an Offeror has any questions concerning this solicitation, it is recommended that they be submitted electronically no later than three (3) calendar days prior to the closing date of the solicitation. All questions submitted, and the Government's responses, will be included in the amendment following the receipt of the question. Questions received after that time frame may not receive a response. All questions should be sent to: Nathan.C.Jordan@us.army.mil. 3.PROPOSAL DELIVERY INSTRUCTIONS: Proposals in response to this Solicitation shall be sent to the following address and must be received by the Government by the due date listed on page 1 block 8 of this solicitation. Mr. Nate Jordan U.S. Army RDECOM Contracting Center Natick Contracting Division Kansas Street Natick, MA 01760 4.PROPOSAL PREPARATION INSTRUCTIONS: Offerors proposal shall comply with the following: a.Written Proposal: Two volumes shall be written for the Live Fire Shoot House Technical/Management and Price. All data, materials, and requirements must be included. Proposals must be organized as described below. Four (4) copies of the technical/management proposal and Two (2) copies of the cost proposal must be delivered not later than the due date listed on page 1 block 8 of this solicitation. Mr. Nate Jordan U.S. Army RDECOM Contracting Center Natick Contracting Division Kansas Street Natick, MA 01760 VOLUMECONTENT Number of Copies to Submit Volume ITechnical/Management (1) original, (3) copies, and (1) CD Volume II Contract/Price Proposal (1) original, (1) copy b.Each Volume of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked. c.Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of their proposal. However, to limit the proposal size, Offerors shall submit only essential matters sufficient to clearly present their approach and provide an adequate basis for evaluation. Page sizes shall be the standard 8 x 11 inches (or metric A4). Print type shall be no smaller than twelve (12) characters per inch. All information pertaining to price shall be confined to the Price volume. d.Proposals received after the receipt deadline will result in your proposal being declared Non Responsive. e.The Government will consider how well the Offeror complied with these instructions when evaluating the Offerors capability to perform the prospective contract. Offerors are advised to ask the contracting officer for clarification of any part of these instructions that they do not understand. f.No classified data shall appear in the proposal and shall not be submitted electronically. Should an Offeror believe a need exists to provide classified information to support their proposal, separate instructions will be provided for submission of classified information in the solicitation. Contact the Contracting Officer for information on submitting classified data. 5.VOLUME I TECHNICAL: a.Product Information - The offeror should identify the following material/product information at the beginning of their technical proposal: written product descriptions including key points that meet the Salient Characteristics. b.Management: 1) Supplies -A statement of Brinell Hardness compliance. -Letters of commitment from the material suppliers are required. -A complete list of necessary tools, methods, and number of personnel needed to setup and takedown and move the mobile shoothouse. Identify and specialized equipment such as a forklift or crane etc for heavy lifting during setup and takedown. c.Schedule: 1)A production timeline for fabrication projected from date of order to include a breakdown of the lead time for materials and key production events. 2)A proposed delivery date for your completed shoot-house. d.Quality Assurance: 1)The proposal shall describe the Quality Assurance Program that will be used in the production of the Live Fire Shoot House. 2)Offerors shall submit their policies, procedures and proof of maturity of their Quality System, to include how the process has grown and developed and how defects were corrected and how new procedures are incorporated into the system (including any proposed warranties). 3)Offerors shall indicate how their Quality Assurance system is managed within their organizational structure to include applicable sub-contractor Quality Systems. 4)Key Quality Assurance personnel shall be identified, to include pertinent experience and availability. The Offerors configuration management process and those facilities and equipment proposed to be used for this contract should be included. 6.PAST AND PRESENT PREFORMANCE: a.Contract descriptions. 1)Past performance information on all contracts (as a prime or subcontractor) over the past three (3) years which are relevant to the efforts required by this solicitation shall be submitted. The Government may choose to investigate contracts prior to the past three (3) years for the purpose of the evaluation. In addition, any and all contracts terminated for cause in whole or in part during the past five (5) years, to include those currently in the process of such termination are considered relevant and the Offeror shall provide past performance information for those contracts. Information shall include the following: - Role as prime or subcontractor - Place of performance, CAGE Code and DUNS numbers - Contracting activity, current address, telephone and FAX numbers - Procuring Contracting Officer's name, current telephone and FAX Numbers, email address - Technical representative/COR name, current telephone and FAX Numbers, email address - Contract Administrative Activity and the Administrative Contracting Officer's (ACO) name, current telephone and FAX numbers, email address - Contract Administrative Activity's Pre-Award Monitor's name, current telephone and FAX numbers, email address - Contract Number - Contract Type - Awarded Cost/Price - Final or projected final cost/price - Original delivery schedule - Final or projected final delivery schedule b.Performance 1)For each of the contracts described above, the Offeror shall describe the objectives achieved detailing how the effort is similar to the requirements of this solicitation. For any contracts which did not/do not meet the original requirements with regard to either original cost, schedule, or technical performance, the Offeror shall provide a brief explanation of the reason(s) for such shortcomings and any demonstrated corrective actions taken to avoid recurrence. The Offeror shall list each time the delivery schedule was revised, and provide an explanation of why the revision was necessary. The Offeror shall also provide a copy of any cure notices or show cause letters received on each contract listed and description of any corrective action taken. For any terminated contracts, the Offeror shall indicate the type and reasons for the termination. 2)In addition, the Government reserves the right to use alternative resources to gather past performance information. 7.VOLUME II PRICE: a.All offerors should submit pricing that is good for 180 days. (End of provision) Information also available at Natick website: www3.natick.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df31f01e4ce34208e41f3c37dc6e7ada)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02076396-W 20100227/100226094507-df31f01e4ce34208e41f3c37dc6e7ada (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.