Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
MODIFICATION

10 -- USMC Scout Sniper Day Scope

Notice Date
4/8/2005
 
Notice Type
Modification
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
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
M67854-05-R-1043
 
Response Due
4/15/2005
 
Archive Date
4/30/2005
 
Point of Contact
Richard Hollen, Contracting Officer, Phone 703-432-3568, Fax 703-432-3526,
 
E-Mail Address
richard.hollen@usmc.mil
 
Description
The information in paragraphs 1 through 9 below is an Amendment to Combined Synopsis/Solicitation Notice M67854-05-R-1043 and is provided in response to vendor questions posed regarding USMC Scout Sniper Day Scope Combined Synopsis/Solicitation M67854-05-R-1043. NOTE: The Government will entertain no further questions in regard to this Combined Synopsis/Solicitation. 1. Round information. The Government will not supply additional ballistics data beyond that provided herein. a. M40A3 .308 – DODIC: AA11, Nomenclature: M118LR, Bullet Weight: 175 Grain, Muzzle Velocity: 2650 +/- 50 fps, Round Description: boat-tail, hollow point, match round... b. M82A3 .50 – DODIC: A606, Nomenclature: MK211, Bullet Weight: 671 Grain, Muzzle Velocity: 2700 +/- 50 fps, Round Description: Raufoss multi-purpose ammunition. 2. Reticle information: The reticle shall be a mil-dot reticle. A Gen-II mil-dot reticle is acceptable but not required. Patent rights issues may be involved. Other mil-dot variations may be proposed, but the basic mil-dot function must remain intact. 3. Duty Free Entry: Offerors shall assume the clause at FAR 52.225-8 will be incorporated into the contract and shall propose prices accordingly. 4. Section 2.2.1 of the Purchase Description references MIL-STD-109B. Disregard the reference. 5. Business Volume Content: Executive Summary, BID SAMPLE prices, offeror identification information, CLIN 0001 price information for specified delivery order increments, CLIN 0002 price for delivery to Quantico VA, CLIN 0003 replacement part prices (assume a quantity of 100 for each item, but price by the “each”), CLIN 0004 price for a two-day training package including classroom and live fire sessions conducted at Quantico VA, CLIN 0005 prices will vary by vendor, delivery schedule, Past Performance Matrix, FAR Part 52.212-3 Form (NOT the SECTION K Form). 6. Technical Volume Content: Certification of Compliance, SSDS Performance Metric Matrix, any proposed Integrated Logistics Support (ILS) items, any proposed Contractor Logistics Support (CLS) items, any product literature (optional). Offerors shall address each requirement listed in the RFP in the Technical Volume. 7. Maximum Weight: The maximum weight requirement of 2 lbs. 3 oz. is ambiguous in the SSDS Performance Metric Matrix, where it is listed under the “Min. Acceptable Value” column. A better proposal in this category will weigh less than 2 lbs. 3 oz. 8. Offerors proposing a single scope for both the M40A3 and the M82A3 must still submit two separate proposals. This includes ten bid samples (five for each rifle) as the M40A3 and M82A3 evaluations will be conducted independently. 9. A single proposal consists of A) five bid samples, B) one CD-ROM containing, at a minimum, electronic master versions of the offeror’s technical and business volumes, and any other supporting information, C) five hard copies of the Technical Volume, limited to 25 pages, D) five hard copies of the Business Volume, limited to 10 pages. Required forms and matrices do not count against the page numbers............................................................................................................................ This notice is a combined synopsis/solicitation for commercial items (as defined in Far part 2.1) prepared in accordance with the format in FAR Subpart 12.6, as 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 M67854-05-R-1043 is a Request for Proposal (RFP) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-02 and DFARS Change Notice 20050323. On behalf of the Marine Corps Systems Command (MCSC), Infantry Weapons Systems (IWS), Optics and Non-Lethal Systems (ONS) this notice requests proposals for the procurement of the Scout Sniper Day Scope (SSDS) for the M40A3 and M82A3 rifles. The SSDS is being procured utilizing full and open, best value competition. A separate RFP for a scope mounting system will be issued immediately following award of the SSDS. The Government intends to award two separate contracts: one for the M40A3 SSDS, and another for the M82A3 SSDS; however, in the event a single offeror proposes one scope that meets the requirements of both the M40A3 and the M82A3, a single Offeror may be awarded both contracts (reference Section 3.7.2 of the Purchase Description). The Government anticipates issuing Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity contracts (DPAS rated DO-A5) to the successful offeror(s) representing the best value to the Government. The Government intends to award both contracts prior to 15 July 05; however, due to test range availability, the M40A3 SSDS will likely be awarded approximately 30 days prior to the M82A3 SSDS. The provisions at FAR Part 52.212-1 Instructions to Offerors – Commercial Items apply to this acquisition. All future information relative to this procurement, including all documentation such as the Purchase Description, Statement of Work (SOW), SSDS Performance Metric Matrix, Contract Data Requirements Lists, Past Performance Matrix, and FAR Part 52.212-3, Offeror Representations and Certifications Template will be available to industry through the MARCORSYSCOM website: http://www.marcorsyscom.usmc.mil/sites/ctq/opport.asp. Offerors shall submit separate technical and business proposals along with (5) product (bid) samples with their proposal for the M40A3 and (5) product (bid) samples with their proposal for the M82A3 as an element of their offer. OFFERORS SHALL STATE THE PRICE OF THE BID SAMPLES ON PAGE 1 OF THE BUSINESS VOLUME. Offerors submitting proposals for both the M40A3 SSDS and the M82A3 SSDS shall provide separate proposals for the two scopes (i.e., a business volume and a technical volume for each scope, 4 volumes total). The Government will evaluate proposals in accordance with FAR Part 52.212-2, Evaluation-Commercial Items as detailed below. Offerors shall include a completed copy of the provision at FAR Part 52.212-3, Offeror Representations and Certifications, with their offers. The clause at FAR Part 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. CLIN STRUCTURE The Government intends to utilize the following Contract Line Item Number (CLIN) structure, but actual CLIN structure may vary as a result of the individual selected offeror(s)’ proposal(s). 0001 – SSDS, M40A3, or SSDS, M82A3 (as appropriate), includes packaging; 0002 – Miscellaneous Handling and Shipping (TBD – may include overseas locations, such as Okinawa, Japan); 0003 – Replacement parts; 0003AA, etc. – List applicable replacement parts; 0004 – Training package; 0005 – Contractor level repair; 0005AA – List applicable levels of repair; MINIMUM / MAXIMUM PURCHASES: The minimum purchase for the M40A3 SSDS is 600 units. The maximum purchase for the M40A3 SSDS is 10,000 units. The Program Office initially intends to procure 600 units of the M40A3 SSDS with a potential to procure more as other Government sources show an interest. The minimum purchase for the M82A3 SSDS is 100 units. The maximum purchase for the M82A3 SSDS is 7,500 units. . The Program Office initially intends to procure 100 units of the M82A3 SSDS with a potential to procure more as other Government sources show an interest. Minimum and Maximum purchase information for CLINs 0002-0005 will be negotiated with the selected offeror(s). This contract shall be in effect for five years from the date of award. EVALUATION: The Government intends to complete an initial evaluation based on a review of written proposals and an examination of bid samples. The Government may consider an Offeror’s noncompliance with the instructions set forth in this document to be indicative of the type of conduct the Government may expect from the Offeror during contract performance. If the Offeror intends to modify their bid sample (in the event of contract award) to meet the requirements of this solicitation, the offeror must clearly state the intended modifications in the technical volume of their proposal and demonstrate how the stated modifications will meet the Government requirements. Following the initial evaluation, the Government intends to establish a competitive range (which may be limited for purposes of efficiency), at which time the Government will conduct optical performance tests, environmental tests, and a Limited User Evaluation (information concerning scope mounts to be utilized during the LUE is detailed in the Purchase Description) and may hold discussions in accordance with FAR 15.306. The Government will reimburse Offerors, whose proposals are included in the competitive range, for their bid samples. Bid samples, for Offerors whose proposals are not included in the competitive range, will be returned to the respective Offerors at Government expense in a manner similar to that in which the bid samples were shipped to the Government. In making its “best value” determination, the Government will consider the following non-cost/price factors, in order of descending importance (from most to least important): (1) Technical Capability, (2) Integrated Logistics Support, and (3) Past Performance. (For the purpose of this source selection, the evaluation of “quality” as a factor is considered to be inherent in Technical Capability and Past Performance). The Government will assign an acceptability rating for and assess the risk associated with each factor for every proposal. In accordance with Section 3.7 of the SSDS Purchase Description, evaluation credit will be given for technical solutions exceeding mandatory minimums. The factors listed above, when combined, are significantly more important than price; however, the importance of price as a factor in the final determination increases with the degree of equality in the overall technical merit of the proposals. As such, price will be evaluated, but not rated. The Government intends to consider estimated Life Cycle Costs when evaluating price. TECHNICAL VOLUME CONTENT. Offerors shall be required to address each requirement listed in the RFP. Offerors shall show that their product meets all KPPs and provide any data available to substantiate their claims. Offerors shall further submit a Certificate of Compliance with the bid samples, certifying that all requirements have been met (reference Section 4.3.3 of the Purchase Description). 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 proposal evaluation. The technical volume portion of the proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its contents. All ILS items shall be addressed in the Technical Volume. Additionally offerors should address any Contractor Logistics Support (CLS) items such as non-warranty repair, training, etc. in the Technical Volume. BUSINESS VOLUME CONTENT. The Business volume shall include a one-page Executive Summary briefly describing the overall technical approach. Offerors shall include: Contractor Name, Address, DUNS, Cage Code, and Tax Identification Number (TIN). Offerors shall be required to provide price information for each of the quantity increments listed below. The first 600 M40A3 SSDSs and the first 100 M82A3 SSDSs should be delivered not later than 150 days after receipt of first delivery order. DELIVERY ORDER INCREMENTS: 1-50, 51-100, 101-200, 201-400, 401-700, 701-1,000. The unit price of each delivery order will be determined by the number of units ordered on a given delivery order. Individual orders will be issued using the single price for the increment that corresponds to the total quantity being purchased on that order. Additionally, offerors shall provide price information for replacement parts (lens covers, turrets caps, scope covers, etc) associated with their proposed scope(s) under CLIN 0003. Offerors shall separately price any proposed Contractor Logistics Support (CLS) items being offered under CLINs 0004 and 0005, as appropriate. The Government reserves the right to purchase all, part, or none of the selected Offeror’s proposed CLS items. All cost and price information shall be rounded to the nearest dollar. Offerors shall include the past performance information, detailed below, in their Business Volume. PAST PERFORMANCE: The Government will collect and evaluate past performance information using OSD AT&L, A Guide to Collection and Use of Past Performance Information, Version 3 as a guide. Offerors shall provide at least three specific examples of favorable, recent past performance that illustrates evidence of their ability to produce, deliver, and warrant this product. Offerors shall ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number, and a description of the items procured. Offerors without at least three specific examples of recent past performance (i.e., a new entrant into the market) will receive not less than a "neutral" rating in Past Performance. Offerors shall include past performance in their Business Volume. Past Performance information shall be submitted via the past performance matrix. SUBMISSION CRITERIA: 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” 12-point font style on 8 ˝ x 11inch 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, the RFP number, and page number in the header or footer. Page count for the technical volume shall not exceed 25 pages, excluding product literature and required forms and matrices. Page count for the business proposal shall not exceed 10 total pages excluding product literature and required forms and matrices. Offerors shall submit both the technical volume and business volume on a single master CD-ROM, along with (5) hard copies. The proposals should include any supporting information that illustrates the degree of product compliance, quality, safety, and reliability. There is no limitation for the content of the CD-ROM; however additional material provided on the CD-ROM shall be appropriately referenced in the written proposal, and the Government is only obligated to consider the 35-page written submission. Additional information included on the CD-ROM will not be considered a stand-alone element of the offer. To support their business offer, Offerors are encouraged to submit electronic pricing workups (e.g., Schedule of Supplies) (e.g., MS Excel) inclusive of formulas, on the CD-ROM. If conflicts arise between the material presented in the proposal and the master CD-ROM, the precedence for consideration shall be with the information on the CD-ROM. Offerors are responsible for ensuring printed material accurately reflects the electronic data on the CD-ROM. PROPOSAL CONTENT: Describe your ability to currently meet the performance requirements stated in the Purchase Description and Statement of Work (SOW) for the SSDS. Ensure that your stated response addresses all requirements of the Purchase Description and SOW (to include Integrated Logistics Support [ILS] and Contractor Logistics Support [CLS] information, includes a completed SSDS Performance Metric Matrix, a completed Past Performance Matrix, a completed FAR Part 52.212-3, Offeror Representations and Certifications Form, and addresses any specific commercial, or extended warranty provisions. Sealed technical and business volumes should be hand-carried or express mailed via USPS, UPS, or Federal Express, to arrive at the following location no later than 1:00 PM (EST) 15 April 2005: COMMANDING GENERAL, Attn: Major Richard Hollen, IWS-ONS, MARCORSYSCOM, 2200 Lester Street, Quantico, VA 22134-6050. Bid samples should be hand-carried or express mailed via USPS, UPS, or Federal Express, to arrive at the following location no later than 1:00 PM (EST) 15 April 2005: COMMANDING GENERAL, MARINE CORPS SYSTEMS COMMAND, MATERIAL MANAGEMENT, SUPPLY OFFICER, ATTN: MR. MICHAEL FLANAGAN (ACCT Y-01), 2201A WILLIS STREET, QUANTICO, VA 22134-6050, Code: M30500. CONTRACT AWARD: 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. All offers must be valid through 1 August 2005. Before the specified offer expiration time, the Government reserves the right to accept an offer (or part of an offer), with or without negotiations. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-APR-2005); 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/USMC/M67854/M67854-05-R-1043/listing.html)
 
Place of Performance
Address: 2200 Lester Street Quantico VA
Zip Code: 22134
Country: USA
 
Record
SN00785549-F 20050410/050408214946 (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.