Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

B -- Human Systems Integration Anaylsis

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-04-R-1052
 
Response Due
4/19/2004
 
Archive Date
5/4/2004
 
Point of Contact
Alice Pladson, Contract Specialist, Phone 7034323736, Fax 7034323531,
 
E-Mail Address
pladsonac@mcsc.usmc.mil
 
Description
This is a combined synopsis / solicitation for the procurement of research services for a one-time study as set forth in this notice, which has been prepared in accordance with the format in FAR subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Solicitation M67854-04-R-1033 is a Request for Proposal (RFP) and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. The Government anticipates issuing a Firm Fixed Price (FFP) commercial contract for a nine (9) month period to the successful offeror. The contract will be issued in accordance with the selected offeror?s ability to perform the tasks specified herein. All future information relative to this procurement, including all documentation such as the Purchase Description (file download MS Word), will be available to industry through the MARCORSYSCOM website: www.marcorsyscom.usmc.mil. Federal Acquisition Regulation 52.212-1, Instructions to Offerors ? Commercial Items: Offerors shall submit a combined technical/business proposal as an element of their offer. Offerors shall not submit more than one (1) offer in response to this solicitation. An original and two (2) copies of the offer are required. Offerors must submit Contractor Name, Address, DUNS, Cage Code and Tax Identification Number (TIN). Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the products may have an adverse impact on your evaluation. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its contents. The business proposal shall ensure that all elements of the Schedule of Supplies, corresponding tables, and appropriate representations and certifications are completed. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Procuring Contracting Officer (PCO). Proposals shall be prepared using ?Arial? or ?Times New Roman? 11-point font style on 8 ? X 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined business proposal shall not exceed 10 total pages, inclusive of product literature. To supplement their written proposal, offerors may provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, safety and reliability. There is no limitation for the content of the CD-ROM, however all material provided through this medium shall be appropriately referenced in the written proposal, the CD-ROM shall not be considered a stand-alone element of the offer. To support their business offer, offerors are requested to submit electronic pricing workups (e.g., Schedule of Supplies) (e.g., MS Excel) inclusive of formulas, also on the CD-ROM. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to arrive at the following location no later than 1:00 PM (EST) 19 April 2004; COMMANDING GENERAL, Attn: Alice C. Pladson, IWS-AP, MARCORSYSCOM, 2200 Lester Street, Quantico, VA 22134-6050. NOTE: Offerors are advised that proposals sent by conventional US Mail Service are not routed to the above address. Proposal Content: Describe your ability to currently meet the performance requirements stated in the Tasks description for the Human Systems Integration Analysis. Ensure that your stated response addresses any specific commercial, or extended warranty provisions. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. The Marine Expeditionary Rifle Squad Program of the Marine Corps Systems Command (MARCORSYSCOM) is tasked with integrating and modernizing the Marine Infantry Rifle Squad. Currently there are multiple Program Managers that conduct R&D, procure equipment, and provide Life Cycle and safety support for infantry equipment used by the Marine Infantry Rifle Squad. Since most of these items are individually procured under specific requirements, integration elements for the Marine Infantryman?s ensemble of equipment are not normally considered. Integrating combat equipment, while simultaneously accommodating human factors concerns, is a complicated effort requiring unique skills and experience. The objective of this initiative is to design more ergonomic equipment loads, thereby increasing the warfighting capability of individual Marines. Tasks: The following tasks will be conducted for a period of 9 months after the award of contract. 1) Conduct a Human Systems Integration analysis of the current Marine Rifle Squad equipment suite. Provide recommendations on items of Human Factors Integration and recommendations for improving the ergonomics and human factors of the ensemble. Provide a report on recommendations. 2) Review Government Furnished Information on Modeling and Simulation analysis of the Marine Equipment Ensemble and Assault Load Carriage analysis. 3) Provide Human Systems Integration technical expertise, advice, and experience to assist the Marine Corps Combat Development Command Load Study IPT in their analysis effort to define the optimal load requirements carried by a Marine. 4) Utilizing a furnished suite of equipment, modify and fabricate approved recommended changes to the hardware into a prototype integrated suite of equipment. A list of furnished equipment will be provided to the successful offeror. 5) Attend meetings and reviews with the Program Office as required. The Program Office will facilitate access to utilize U.S. Marine Corps Subject Matter Experts and Users in obtaining information and issues associated with the current ensemble of equipment.
 
Place of Performance
Address: COMMANDING GENERAL, MARINE CORPS SYSTEMS COMMAND, ATTN: IWS, 2200 LESTER STREET QUANTICO, VA 22134,
Zip Code: 22134
Country: USA
 
Record
SN00559321-W 20040404/040402212555 (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.