Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
SOLICITATION NOTICE

12 -- Laser Spot Imager

Notice Date
5/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785407R6036
 
Response Due
6/30/2007
 
Archive Date
7/30/2007
 
Description
The Marine Corps Systems Command (MARCORSYSCOM) 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 Spot Imager. The LSI program augments the Laser Target Designator system and enables the Forward Observer and Forward Air Controller to see the mark from the Laser Target Designator. A five year firm fixed price contract is anticipated. The North American Classification System (NAICS) is 334511, and the Size Standard is 750 employees. Each Laser Spot Imager shall include one (1) each of the following components: (a) Laser Spot Imager with Protective Optic Covers; (b) Ground Laser Target Designator (GLTD-II) Interface Cable; (c) Portable Laser Designator Rangefinder (PLDR) Interface Cable (d) Two (2) sets of batteries; (e) Transit case; (f) Field carry case; (g) Operators Manual; (h) Training material and Quick Reference Card; (i) C ommercial Warranty; (j) Shipping; and (k) Contractor Logistics Support Package. Three (3) LSI systems and a proposed training package must be delivered within sixty (60) days of contract award. The contract will contain options to procure up to 707 LSIs in FY07, FY08, FY09, and FY10. The estimated first option buy is 300 LSIs. The LSI must meet the following critical performance parameters: (a) allow the operator to see the reflected designator laser energy at a range of five hundred (500) meters during the day and one thousand (1000) meters during the night (b), allow the operator to recognize a tank sized (2.3 meter x 2.3 meter) target at a range of three thousand (3000) meters during day and night, (c) system weight of LSI and MIL-STD-1913 rail grabber of less than eight (8) pounds. Very important performance parameters include: (a) Field of View of 1.5 degrees x 1.5 degrees minimum, (b) Ability to display PLDR and GLTD-II range in the LSI eyepiece display, (c) Abi lity to display PLDR and GLTD-II multiple target indicator in the LSI eyepiece display, (d) Ability to bore sight the LSI reticle in single pixel increments to the PLDR and GLTD-II laser beam, (e) mount to a MIL-STD-1913 rail system, (f) Capable of operating on an internal battery for a minimum of four (4) hours in climatic design type ? basic hot and a minimum of one (1) hour in climatic design type ? basic cold, (g) Operate from the GLTD II and PLDR power supplies without interrupting power to the laser designator, (h) Not be visible (displays, indicators) at ranges greater than 20 meters to unaided viewing or when viewing with 3rd generation NVGs, (i) not emit a noise detectable to the unaided ear at a range of 20 meters during operation, (j) capable of operating in temperatures ranging from -25?F to 120?F. 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. Price proposals shall be structured using the Schedule of Supplies or Services contained in the solicitation. . The address for delivery of the systems is MCLB Albany. The systems shall be FOB destination. The resultant contract will have a DPAS rating of DO-A5. Source Selection procedures will be used to select the proposal that provides the best value to the government. For evaluation purposes, the weight of each evaluation category is as follows: Technical Capability is rated as being more important than Price. Past Performance and Participation of Small Disadvantaged businesses are significantly less important than the Price. When combined, all non-price factors are considerably more important than Price. Within Technical Capability, the weight of each subcategory is as follows: System Effectiveness and Production Capacity/Delivery Schedule are both equally rated and are more important then System Sustainment/Supportability. System Sustainment/Supportability is mo re important than ?Value Added? Features. 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 Tuesday, 12 June 2007. Location will be at EG&G Inc., Dumfries VA. If you are interested in attending this Conference, please notify Margot Haycook via email at margot.haycook@usmc.mil. A formal solicitation is anticipated to be released on or about 4 June 2007. 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 cur rent 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 margot.haycook@usmc.mil; via standard mail to Marine Corps Systems Command, Attn: AFSS, Margot Haycook, 2033 Barnet Ave., Ste. 315, Quantico, VA 22134-5010; via overnight carrier to Marine Corps Systems Command Attn: AFSS ? Margot Haycook, Material Management, Supply Officer, 2201A Willis St., Quantico, VA 22134-6050; or hand carried to Margot Haycook in Bldg. 2200 on Marine Corps Base Quantico. Allow adequate time to have your proposal received on or about 1:00 p.m. on Monday, 2 July, 2007. Each offeror is required to submit a complete production representative LSI demonstrated/evaluated by the Government to verify the system?s capabilities. Production-representative Systems may be hand carried to Margot Haycook in Bldg. 2200 or sent to the 2201A Willis Street ad dress 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 OR MEET THE CRITICAL PERFORMANCE REQUIREMENTS THE OFFEROR WILL BE ELIMINATED FROM FURTHER CONSIDERATION FOR AWARD UNDER THE SOLICITATION. Contact Margot Haycook on (703) 432-4081 or by email if any additional information is required. This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by MARCORSYSCOM. Notifications of any updates or amendments to the solicitation will be posted on the websites only. IT IS THE SOLE RESPONSIBILIT Y OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the Central Contractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Original Point of Contact Margot Haycook, Contract Officer, Phone (703) 432-4081, Fax (703) 432-3550, Email margot.haycook@usmc.mil
 
Record
SN01299756-W 20070523/070522000204 (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.