Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2007 FBO #1973
SOLICITATION NOTICE

84 -- Joint Combat Identification Marking System, combat identification items

Notice Date
4/20/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M67854R2068
 
Response Due
5/4/2007
 
Archive Date
6/3/2007
 
Description
The Marine Corps Systems Command has a requirement for Joint Combat Identification Marking System, combat identification items. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. CLIN 0001,Glo Tape IR Reflective 2?X2? Squares Button-On Green, Qty 7,750 each. CLIN 0002, SCHIM, 1? IR Reflective sq., Attach to helmet cover, NSN 9390-01-503-9396, Qty 10,368 each. CLIN 0003, Thermal ID Panel Lite 2?X2?, NSN 2590-01-502-0025, Qty 140 Each CLIN 0004, Armband 1? (w) x 22 in (l), 10?, NSN 9390-01-521-3749, Qty 2,580 each. CLIN 0005, Phoenix Jr. Infrared Beacon, NSN 5855-01-438-4588, Qty 1,285 each CLIN 0006, TacAir Beacon, NSN 5855-01-460-9151, 51 Each. CLIN 0007, Thermal Identification Panel 4?X4?, NSN 2590-01-531-6337, Qty 253 Each. The following information is provided as detailed information and definitions on the items listed above, and are included for informational purposes only: InfraRed (IR) Beacons The IR Beacon shall provide the means of positively identifying the user as a ?friendly? entity to personnel equipped with image intensifying systems, such as Night Vision Goggles (NVGs). The IR Beacon shall be powered by a standard 9-volt battery (BA-3090), and operate at a wavelength of 880 nanometers (nM), with a minimum light intensity of 750 milli-Candela (mCd). It will have a ?flicker rate? of one flash every 1.3 seconds, with a duration of 20 milliseconds per flash. The IR Beacon shall have a minimum visibility range of 5 miles and a minimum battery life of 100 hours. It will be waterproof and interoperable with the V-IPAK. IR Beacon specifications: weight not to exceed 1 ounce, and dimensions not to exceed 1?x 1.5?x 0.5?. IR Reflective Personnel Marking Devices The Personnel Markers shall provide the means to positively identify the user as a ?friendly? entity to personnel equipped with image intensifying systems, such as NVGs; and associated IR emitters, such as IR lasers, aimers, or IR searchlights. The Markers shall consist of IR Reflective Tape, with an operating wavelength of 830-1060 nM and 0.5 degree reflection angle, and a means to secure the Marker to the uniform. To the unaided eye, the texture and finish of the IR Reflective Tape shall appear similar to black duct tape and exhibit no reflective glow. Uniform Personnel Marker Specifications: Markers for the Battle Dress Uniform (BDU) shall be ?button-on,? 2?x 2? squares of IR Reflective material that is sewn on to a canvas backing. This backing shall have two button holes located at the top of the canvas square to attach the Marker to the shoulder pocket buttons of the BDU. Helmet Personnel Marker Specifications: Markers for the combat helmet shall be 1?x 1? square s of IR reflective material that is secured to durable plastic ?tabs.? These tabs shall be approximately 1?x 4?, and the IR Reflective Markers shall be positioned in the center of the tabs. The left and right sides of the plastic tabs shall be designed as hooks that, when inserted into the slits of the helmet cover, shall secure the Marker to the combat helmet. Vehicle Installation and Power Adapter Kits (V-IPAKs) The V-IPAK shall provide the means to temporarily affix an IR Beacon to a host platform?s antenna mast, in a position where it can easily be observed, and an alternative source of electrical power to the Beacon?s standard 9-volt battery (BA-3090). This alternative source of power shall be provided by connecting the V-IPAK to the host platform?s 12-volt battery, converting platform power to 9-volts, and coupling the IR Beacon with the device?s beacon mounting base. V-IPAK specifications: weight not to exceed 12 ounces, dimensions not to exceed 2?x 2?x 2?, power source not to exceed 12 Volt Direct Current (VDC), and minimum cable length 20?. Thermal Identification Panels (TIPs) When viewed through a Thermal Imaging System (TIS), such as an M1A1/2 tank?s Generation (GEN) II TIS gunner?s sight, the TIP shall provide a means to positively identify the user (personnel and platforms) as a ?friendly? entity in the battlespace by presenting a contrasting ?cold spot in the hot target image.? The TIP shall be an approved-for-joint-service, ?Quick Fix? program thermal reflective marker for use with thermal sights and viewers operating in the 3 to 12 micron wavelengths. It shall be clearly observable and distinguishable at ranges extending to 1,000 meters. Personnel TIP Specifications: shall be designed for use by dismounted Marines and, potentially, on ground equipment. Overall dimensions shall be 2?x 2?. One side of the panel shall be covered with U.S. Army approved, tan-colored thermal tape for thermal operations, while the other side shall be covered with non-thermal, orange-colored, parachute ripstop, nylon fabric for visual operations. For panel employment, grommets and Velcro shall be sewn into the panel at each corner; and a carrying case shall be provided so that the panel can be folded and stored in the Marine?s uniform pockets. Platform TIP Specifications: shall be designed for use on ground platforms. Overall dimensions shall be 4?x 4?. One side of the panel shall be covered with U.S. Army approved, light-chocolate-brown-colored thermal tape for thermal operations, while the other side shall be covered with non-thermal, orange-colored reinforced Cordura nylon for visual operations. For panel installation, eight heavy-duty grommets shall be sewn into the panel at each corner and midway in between. A carrying case shall also be provided for easy storage. Offerors shall submit quotes in accordance with FAR-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2004) with FOB Destination prices. Proposals shall be prepared using "Arial" or "Times New Roman" 12-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 10 points. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Proposal submission is preferred through electronic mail (e-mail) to sally.aultman@usmc.mil by 4:00PM, local time, 4 May 2007. Proposals can be hand-carried or express mailed via UPS or Federal Express to the following location: Commanding General, Attn: PG 11, MC2I Sally Aultman, 2200 Lester St, VA, 22314-5010. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. In a ddition, Offerors must identify ?Solicitation in Response to M67854-07-R-2068? on the exterior of their submission package and in the subject line of correspondence. Evaluation Factors: 1) Delivery - Describe your ability to meet a 14-day delivery schedule or sooner. 2) Price ? Provide unit of issue prices for each item. Relative Order of Importance: (i) Delivery - Most important. (ii) Price - Important. Award shall be made to the Offeror whose proposal presents the best value to the government. In making its ?Best Value? determination, the Government will consider overall delivery capability to be of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposal. 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 p arty. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. FAR Clauses: 52.204-8 Annual Representations and Certification (Jan 2006). 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representation and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5,Contract Terms and Conditions Required To Implement Statutes or Executive Orders within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Fun ds Transfer --Central Contractor Registration, and 52.247-34, F.O.B. Destination. DFARS Clauses: 252.212-7000 Offeror Representations and Certifications-Commercial Items and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation shall include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Point of contact is Sally A ultman, Contract Specialist, Phone (703) 432-4249, E-mail: sally.ault man@usmc.mil.
 
Record
SN01278312-W 20070422/070420221656 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.