Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

10 -- PROCUREMENT OF COMMON LASER RANGE FINDER (CLRF) SYSTEMS

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnett Avenue Suite 315, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M6785403R6022
 
Archive Date
6/25/2003
 
Point of Contact
Anita Norris, Contract Specialist, Phone (703) 432-3234, Fax (703) 432-3291,
 
E-Mail Address
norrisam@mcsc.usmc.mil
 
Description
The Marine Corps Systems Command intends to issue a competitive solicitation for a contract to provide products and prime vendor services required to support the Program Manager, Fire Support Systems (PM FSS) as the life cycle manager for the Common Laser Range Finder (CLRF) targeting system. The CLRF program fulfills existing requirements for: Advanced Eye-safe Rangefinder Observation System (AEROS); Target Location, Designation, and Hand-off System (TLDHS); urgent LRF needs in support of the Global War on Terrorism; and future LRF requirements. This contract will consist of two sections: (1) a Firm Fixed Price (FFP) indefinite delivery/indefinite quantity section for a LRF system and (2) a cost reimbursement section for required support services. The Common Laser Range Finder System shall include one (1) each of the following components: (a) Class 1 (Navy) Eye Safe Laser Range Finder; (b) A-magnetic Tripod; (c) Global Positioning System Data cable; (d) Two (2) sets of batteries; (e) Soft-sided carrying bag; (f) Hard transport case; (g) Operators Manual; (h) Training manual and Quick Reference Card; (i) Two (2) year warranty on optics and electronics; and (j) Shipping. The anticipated services include, but are not limited to: fielding support, logistics/sustainment support, engineering support, test and evaluation support, and program and administration support. Proposed support services may be accepted in whole or in part. Two to four (2-4) production representative test articles and a proposed training package must be available within ten (10) days of contract award. An additional fifty systems are to be delivered within five months of contract award. The contract will contain options to procure an additional 300-500 LRF systems per year in FY04, FY05, FY06, and FY07. The contract will also contain options for a Night Vision System (NVS) with mount (if necessary) in identical quantities to the LRF systems. The proposed LRF system must meet the following critical performance specifications: (a) Compatible with AN-PSN-11(v)1 EPLGR (RS-232 Interface) and PLGR+96 software targeting module; (b) Night Vision compatible; (c) Class 1 (Navy) Eye safe; and (d) Direct view optics with reticle. Very important performance specifications include: (a) Range Capability: 10 Km on a 2.3 m X 2.3 m NATO standard target; (b) Range Accuracy: ?10 m; (c) During daylight conditions, Target Location Error (TLE) no greater than 50 m CEP at a distance of 4 Km and no greater than 200 m CEP at a distance of 10 Km for a 2.3 m X 2.3 m NATO standard target.; (d) Target recognition @ 1000 M through Night Vision System; (e) powered by batteries common to the Marine Corps inventory; (f) Day Optics Identification of a 2.3 m X 2.3 m NATO standard target at 3000 M; (g) Level of optical protection; (h) battery life; (i) operational suitability (NBC, environmental, submersion and any other MIL-STD-810 tests); and (j) False OT distance prevention (first/last return logic/range gating/multi-target indicator). Additional specifications will include (a) Weight of Rangefinder, Battery, and Strap (< 6 lbs); (b) field of view and magnification similar to M22 Binoculars; (c) human factors; (d) set-up time; and (e) upgradeable. Testing requirements will include: (a) Naval Laser Safety Review Board (LSRB) certification as Class 1 laser; (b) CLRF and EPLGR interface evaluation; (c) Battery safety certification; and (d) Limited User Tests (LUT). Provide any supporting product performance, test data, or other empirical evidence for your proposed system. Safety data, or other information deemed pertinent to the performance and operation of the product should be provided. Cost proposals shall be structured using the Schedule of Supplies or Services contained in the solicitation with any supporting documentation you wish to be considered by the evaluation board. The Cost Proposal must clearly detail the life cycle costs associated with the sustainment/support plan provided under the Technical portion of the proposal. The address for delivery of the systems is Marine Corps Logistics Base Albany, Georgia. The systems shall be FOB destination. The resultant contract will have a DPAS rating of DO-A5. The significant evaluation factors are shown in descending order of importance: (i) Technical capability to meet the Government Requirement to include the following subfactors: (i.a.) Product Performance; (i.b.) Support Services; and (i.c.) Production Capacity/Schedule; (ii) Price; (iii) Past Performance; and (iv) Small disadvantaged business participation. All evaluation factors other than cost or price, when combined, are more important than cost or price. To facilitate evaluation of Past Performance, provide contact information (name and current phone number) for customers or other parties (commercial or military) who can evaluate your firm in regards to the following: Delivery Schedule Compliance, Quality of Products and Services, and Overall Customer Satisfaction with Products and Services. This documentation may be provided as soon as assembled. Past Performance databases and other references may also be consulted. A Pre-Proposal Conference is tentatively scheduled for Friday, May 16, 2003. Location is to be determined. If you are interested in attending this Conference, please notify Anita Norris via email at norrisam@mcsc.usmc.mil. A formal solicitation is anticipated to be released on or about 09 May 2003. In case of conflicts between information contained in the formal solicitation and that contained in this pre-solicitation notice, the information in the formal solicitation will govern. All available documents and the most current information regarding this acquisition will be available at the Marine Corps Systems Command Contract Opportunities web page at http://www.marcorsyscom.usmc.mil/sites/ctq/opport.asp. Written components of the Offer shall be provided via facsimile to (703) 432-3291; via email to norrisam@mcsc.usmc.mil; via standard mail to Marine Corps Systems Command, Attn: HIMARS, A. Norris, 2033 Barnet Ave., Ste. 315, Quantico, VA 22134-5010; via overnight carrier to Marine Corps Systems Command, Material Management, Sup ply Officer, 2201A Willis St., Quantico, VA 22134-6050; or hand carried to Anita Norris in Bldg. 2200 on Marine Corps Base Quantico. Allow adequate time to have your proposal received no later than 1:00 p.m. on Tuesday, June 10, 2003. Each offeror is required to submit a complete production representative LRF system to include a Night Vision system to be tested/evaluated by the Government to verify the system?s capabilities. Production-representative Systems may be hand carried to Anita Norris in Bldg. 2200 or sent to the 2201A Willis Street address above. These systems must be provided not later than the proposal receipt date. IF AN OFFEROR FAILS TO PROVIDE A PRODUCTION REPRESENTATIVE SYSTEM WITH THEIR OFFER, A GUARANTEE OF 2-4 MORE SYSTEMS FOR TESTING WITHIN 10 DAYS OF CONTRACT AWARD, AND A DELIVERY SCHEDULE WHICH REFLECTS THAT 50 MORE SYSTEMS WILL BE PROVIDED WITHIN 5 MONTHS OF AWARD, THE OFFEROR WILL BE ELIMINATED FROM FURTHER CONSIDERATION FOR AWARD UNDER THE SOLICITATION. Contact Anita Norris on (703) 432-3234 or by email if any additional information is required.
 
Record
SN00314521-W 20030501/030429213837 (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.