Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SOLICITATION NOTICE

63 -- RMNIIS Units and Sustainment

Notice Date
9/23/2010
 
Notice Type
Presolicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410R5002
 
Point of Contact
Elizabeth Clark 540-658-8824 William Cartis, 540-658-8584
 
Small Business Set-Aside
N/A
 
Description
The Marine Corps Systems Command intends to issue a full and open competitive solicitation to obtain the production, delivery and sustainment for a minimum of ten (10) and a maximum of 45 Rugged Mobile Non-Intrusive Inspection System (RMNIIS) systems. This system has been identified as a commercial off the shelf (COTS)/Non-Developmental Item (NDI). The RMNIIS will be used in military and police security operations at checkpoints and entry control points to identify concealed weapons, contraband, ordnance, and bulk explosives. The RMNIIS shall be a commercial type highly rugged mobile inspection system that will fulfill the following requirements: Imaging with sufficient resolution for minimally trained operators to identify 22.73 kg (50 lbs) of bulk explosives or a single 155mm shell through complex cargo (preferred) or privately owned vehicle interiors. Capable of scanning stationary vehicles, and vehicles moving up to 11.2km/h (7.0 mph) at a distance of up to 3.75 m (12.30ft), not to exceed three minutes per scan of a 40 foot shipping container containing complex cargo or personal vehicle, while still occupied without harming its occupant(s). Capable of remote operation by wire, at a minimum of 300 meters Must be fully operational within 30 minutes of location arrival. The desired preference is for a towed system capable of operating on primary, secondary, and unimproved road surfaces, and capable of operating under adverse environmental conditions. The RMNIIS shall comply with all applicable commercial or military safety and health hazard standards. Support of the RMNIIS will be Contractor Logistics Support in worldwide locations as required, including areas where U.S. and coalition forces are engaged in military operations. This competitive solicitation is anticipated to result in a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity contract with one (1) option year for continued sustainment. Offerors will be asked to provide any supporting product performance, test data, or other empirical evidence for the proposed systems. Safety data or other information deemed pertinent to the performance and operation of the product should be also provided. Delivery of the systems shall be FOB destination. The evaluation factors are shown in descending order of importance, with the subfactors for each factor included when applicable: 1) Operational Effectiveness/Supportability 2) Schedule. 3) Past Performance; and 4) Price. All evaluation factors other than price, when combined, are more important than price. To facilitate evaluation of Past Performance, offerors shall submit past performance questionnaires from customers (commercial or military) who can evaluate your firm in regards to the following: OCONUS Field Service Support, Quality of Performance, Schedule Performance, Management Performance, Cost Control, subcontractor and/or team members as well as key personnel. This documentation may be provided as soon as assembled, after release of the solicitation. Past Performance databases such as the Contractor Performance Assessment Reporting System (CPARS) and the Past Performance Information Retrieval Systems (PPIRS) may be utilized in evaluating past performance. The solicitation is anticipated to be released on or about 11 October 2010. 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 Navy Electronic Commerce Online (NECO) web page at http://www.neco.navy.mil. Offerors are instructed to hold all questions until the Solicitation has been issued. No response to this synopsis is required for participation in this acquisition. However, in order to be eligible for award, interested parties must be registered in the Central Contractor Repository Database (CCR), http://www.ccr.gov. Facsimile and e-mailed proposal submissions are not permitted. Offerors are advised to allow adequate time to have your proposal received no later than 14:00 local time on the designated proposal due date. Contact Ms. Elizabeth Clark at 540-658-8824 or via email at elizabeth.clark@usmc.mil with any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410R5002/listing.html)
 
Record
SN02294210-W 20100925/100923235238-6376b2c6cdea479f764653c339f03c9a (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.