Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOLICITATION NOTICE

10 -- The Marine Corps Systems Command Program Manager, Fire Support Systems (PM FSS) has a requirement to purchase Laser Target Designators (LTDs).

Notice Date
12/5/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
22134-5010
 
Solicitation Number
M6785406R6001
 
Response Due
2/9/2006
 
Archive Date
5/1/2006
 
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
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. Four (4) production representative test articles and a proposed training package must be available within thirty (30) days of contract award. The contract will contain options to procu! re 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) 80 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 prov! ided. Cost proposals shall be structured using the Schedule of Supplie s 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 co! ntact 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 Monday, January 23, 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 9 January 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 regar! ding this acquisition will be available at the Marine Corps Systems Co mmand 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 Willis St., Quantico, VA 22134-6050; or hand carried to Mary Lee 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 Thursday February 9th, 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 Mary Lee Schuck in Bldg. 2200 or sent to the 2201A Willis Street address above. These syste! ms 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 4 MORE SYSTEMS FOR TESTING WITHIN 30 DAYS OF CONTRACT AWARD, THE OFFEROR WILL BE ELIMINATED FROM FURTHER CONSIDERATION FOR AWARD UNDER THE SOLICITATION. Contact Mary Lee Schuck on (703) 432-4072 or by email if any additional information is required. Original Point of Contact Mary Lee Schuck, Contract Specialist, Phone (703) 432-4072, Fax (703) 432-3550, Email marylee.schuck@usmc.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/USMC/M67854/M6785406R6001/listing.html)
 
Record
SN01021221-F 20060406/060404222034 (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.