Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2006 FBO #1525
MODIFICATION

10 -- To modify the technical requirements for the Laser Target Designator and to change the pre-proposal conference date.

Notice Date
1/27/2006
 
Notice Type
Modification
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406R6001
 
Response Due
2/9/2006
 
Archive Date
2/28/2006
 
Point of Contact
Mary Lee Schuck 703-432-4072 Mary Lee Schuck Contracting Officer (703)-432-4072 - Phone (703)-432-3550 - Fax marylee.schuck@usmc.mil
 
Description
This amendment modifies the Laser Target Designator Pre-solicitation Notice M67854-06-R-6001 as follows: The Marine Corps Systems Command intends to issue a competitive solicitation for a contract to provide products required to support the Program Manager, Fire Support Systems (PM FSS) as the life cycle manager for the Laser Target Designator. The LTD program fulfills the target designation requirements for fire support and forward air control. This contract will consist of a Firm Fixed Price (FFP) indefinite delivery/indefinite quantity for a LTD. The Laser Target Designator shall include one (1) each of the following components: (a) Laser Target Designator; (b) Lightweight, portable tripod; (b) Vehicle power adapter kit; (c) Two (2) sets of batteries; (d) field transport case; (e) Operators Manual; (f) Training manual and Quick Reference Card; (g) Two (2) year warranty; and (j) Shipping. One (1) production representative test article and a proposed training package must be available within thirty (30) days and (2) more test articles within (60) days of contract award. The contract will contain options to procure an additional 5-300 LTDs per year in FY06, FY07, and FY08. The proposed LTD must meet the following critical performance specifications: (a) Band I and II NATO Stanag Pulse Repetition Frequencies; (b) 1.064 mm wavelength; (c) 50 mJ energy output; and (d) Powered by batteries common to the Marine Corps inventory. Very important performance specifications include: (a) 5km marking range; (b) 72 hour mission duration; (c) Operational suitability (NBC, environmental, submersion and any other MIL-STD-810 tests); and (d) Life cycle support. Additional specifications will include (a) Human factors; (b) Set-up time; and (c) Upgradeablilty. Testing requirements will include: (a) Battery safety certification and (b) Laser Safety Review Board (LSRB) certification. 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.) Production Capacity/Schedule; (i.b.) Product Performance; and (i.c.) Support Services; (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! Wednesday, March 15, 2006. Location will be at EG&G Inc., Dumfries VA. If you are interested in attending this Conference, please notify MaryLee Schuck via email at marylee.schuck@usmc.mil. A formal solicitation is anticipated to be released on or about 22 February 2006. 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) 432-3550; via email to marylee.schuck@usmc.mil; via standard mail to Marine Corps Systems Command, Attn: AFSS, ML. Schuck, 2033 Barnet Ave., Ste. 315, Quantico, VA 22134-5010; via overnight carrier to Marine Corps Systems Command Attn: AFSS - ML Schuck, Material Management, Supply Officer, 2201A W illis St., Quantico, VA 22134-6050; or hand carried to MaryLee Schuck in Bldg. 2200 on Marine Corps Base Quantico. Allow adequate time to have your proposal received no later than 1:00 p.m. on Wednesday March 29th, 2006. Each offeror is required to submit a complete production representative LTD be tested/evaluated by the Government to verify the system?s capabilities. Production-representative Systems may be hand carried to MaryLee Schuck 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 AND A GUARANTEE OF 1 SYSTEM FOR TESTING WITHIN 30 DAYS OF CONTRACT AWARD AND 2 MORE SYSTEMS FOR TESTING WITHIN 60 DAYS OF CONTRACT AWARD, THE OFFEROR WILL BE ELIMINATED FROM FURTHER CONSIDERATION FOR AWARD UNDER THE SOLICITATION. Contact MaryLee Schuck on (703) 432-4072 or by email if any additional information is required.
 
Record
SN00974723-W 20060129/060127212405 (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  © 1994-2020, Loren Data Corp.