MODIFICATION
A -- electronic Consolidated Automated Support System (eCASS) Electro-Optic Fourth Generation (EO4) Subsystem
- Notice Date
- 7/11/2019
- Notice Type
- Modification
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Contracts Department Hwy. 547 Attn:B562-3C Lakehurst NJ 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-19-R-0063
- Response Due
- 9/4/2019
- Point of Contact
- Stephen Winkler, Contract Specialist, Phone 7323232971
- E-Mail Address
-
stephen.winkler@navy.mil
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to extend the proposal response date from 5 August 2019 to 4 September 2019 and to answer questions received from industry in regards to this solicitation. QUESTION 3: RFP Section L 2.0 Proposal Format describes the electronic submission of the proposal (two complete copies). Section 3.0 Proposal Content and Volumes Table G-3 Proposal Structure describes paper copies required (two complete sets). Is it the Governments intent to have Offerors provide only electronic copies (1 original and 1 copy) or electronic copies (1 original and 1 copy) and/or paper copies of all volumes, cost attachments, and Annex's (1 original and 1 copy)? ANSWER 3: The Government requires the offeror submit two paper and two electronic copies of its proposal. For the electronic proposal, one set of disks shall be marked "Master" and another shall be marked "Back-Up." The Offeror will ensure that the Cost Volume is provided on a separate disk(s). For the paper copies, each volume and annex of the proposal shall be submitted as one original and one copy as specified in Table G-3 of the solicitation QUESTION 4: Some requirements within the ESCRM table column C align to the draft specification vs the final specification. Should offerors update the ESCRM table to match requirements within the final specification (TA-1-ESCRM.xlsx). For example, MLB Laser Wavelengths requirement "EO4 shall measure the 1.064 µm and the 1.93 µm lasers individually and simultaneously" has been changed in the final to "EO4 shall measure the 1.064 μm and the 1.91 μm lasers individually and simultaneously". ANSWER 4: The SOW TA-1 Attachment, titled ESRCM, contains several typos where it was not updated to align with the final EO4 Performance Specification. For example, the ESRCM inadvertently depicts 1.93um instead of the required 1.91um required in the MLB section of the Spec. A revised TA-1 Attachment is included. Where any such mismatches occur, offerors are directed to update the ESRCM table and align their reponses to match the requirements contained in the final EO4 Performance Specification. QUESTION 5: In refernce to SOW- SPEC 3.2.1.2.14, Does the government intend for the IR and Visible light sources to maintain the same accuracies as non-fused stimulus? ANSWER 5: Simultaneous EO4 IR and visible light stimuli for test of fused sensors will be used in a non-calibrated mode. QUESTION 6: The RFP contains both FAR 52.246-15 and NAVAIR 5252.246-9512 clauses. Does the Government intend to require both Certificate of Conformance in conjunction with a DD250 for sell-off? ANSWER 6: The Government requires a Certificate of Conformance for all hardware deliverables to support Government acceptance signature on each DD250. Additionally, CDRL B00H Block 7 was inadvertently marked "LT" vice "DD". This is the only data deliverable that requires a DD250, but it does not require a Certificate of Conformance as it is not a hardware item. Offeror proposals should include a DD250 vice a Letter of Transmittal for the CDRL B00H Technical Data Package. A revised CDRL B00H has been included. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-19-R-0063/listing.html)
- Record
- SN05367517-F 20190713/190711230105 (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 |