Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOLICITATION NOTICE

10 -- Shoulder-Launched Multipurpose Assault Weapon (SMAW) Mod 2 - Past Performance Questionnaire

Notice Date
10/30/2014
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-15-R-1000
 
Archive Date
11/28/2014
 
Point of Contact
Sheila H. Ballard, Phone: 7034324953, Anita Norris, Phone: 7034325702
 
E-Mail Address
sheila.ballard@usmc.mil, anita.norris@usmc.mil
(sheila.ballard@usmc.mil, anita.norris@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire SYNOPSIS: This is a Pre-solicitation Notice; no proposals are being requested at this time. Marine Corps Systems Command (MARCORSYSCOM) intends to issue a full and open competitive solicitation (Request for Proposal) under Authority of FAR Part 15 during 1st Qtr FY15 for the refreshment of the Shoulder-launched Multipurpose Assault Weapon (SMAW). A formal solicitation is anticipated to be released on or about 19 November 2014. 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. The Government will issue the RFP and any amendments through the Government-wide point of entry, Federal Business Opportunities (FEDBIZOPPS), via electronic posting through http://www.fbo.gov. All available documents and the most current information regarding this acquisition will be available at the FEDBIZOPPS website. Paper solicitations will not be issued. The solicitation will identify instructions to offerors for proposal submission and the protocol for submitting questions for this requirement. It is the offeror's responsibility to monitor the internet and obtain the solicitation documents and any amendments. It is anticipated that proposals will be due no later than 2:00 p.m. on Thursday, January 15, 2015. No bid samples will be requested. To be eligible for contract award, offerors shall be registered in the System for Award Management site found at https://www.sam.gov/portal/SAM. This requirement will be solicited on an unrestricted basis. This is a pre-solicitation notice. No responses to this pre-solicitation notice are required to be eligible to bid on the RFP. No additional information will be provided prior to the release of the solicitation. NO PHONE CALLS WILL BE ACCEPTED. ALL COMMUNICATION SHALL BE MADE VIA THE CONTRACTING OFFICE. PROSPECTIVE OFFERORS ARE CAUTIONED AGAINST UNAUTHORIZED COMMUNICATION WITH THE SOURCE SELECTION TEAM. DESCRIPTION: The purpose of the requirement is to solicit industry f or their approach for the production and integrati o n of the SMAW launcher with an alternate targeting and ranging system (in lieu of the spotting rifle and day optic). This targeting and ranging system is to be comprised of an integrated Thermal Weapon Sight (TWS) and Laser Range Finder (LRF). For the p u rposes of the RFP, these systems do not have to reside in the same housing, but will need to communicate with each other to provide the gunner with a firing solution (via a displaced reticle viewed through the TWS ) and must mount to the launcher. This firing solution will be based on the range to target, outside temperature and rocket type selected. The ballistics data necessary to generate this firing solution will be provided by the government. The targeting and ranging system shall have the capabilit i es described in Table 1 and must be at Technology Readiness Level (TRL) 8 or 9. Table 1. Targeting/Ranging System Capabilities Capability Threshold (Shall) Objective (Should) Targeting System Recognition Range 750 meters (minimum) 1000 meters Targeting System Weight 4.5 pounds (maximum) 3 pounds Launcher Interface MIL - STD-1913 RAIL T=O Target Engagement Shall provide the operator with the ability for the operator to engage targets from 25 meters out to 10000m during day light, low light, night time and periods of limited visibility caused by rain, fog, or battlefield obscurants. T=O Operational Temperature Range -25 degrees Fahrenheit to 140 degrees Fahrenheit T=O Storage Temperature Range -50 degrees Fahrenheit to 154 degrees Fahrenheit T=O Range Estimation To within + / - 3 meters of target T=O Engagement Angle (Elevation/ Depression) 45 degrees 60 degrees Mission Oriented Protective Posture (MOPP) Gear System shall be operable when using MOPP Level IV Gear T=O Boresighting The MBS when attached to the weapon system shall be capable of being boresighted by the operator with built-in boresighting capabilities. The MBS shall be capable of retaining boresight throughout the duration of a standard mission profile of 24 hours to include removal and reattachment to the launcher assembly. T=O Maintenance Require no maintenance at first echelon level other than cleaning or battery change T=O Batteries The MBS shall operate using L91 and/or CR 123 batteries or their equivalents in form fit or function T=O Compatibility with Existing SMAW Rockets Must be able to provide a firing solution for all existing SMAW rocket variants T=O Operator Transition Time (Time required to transition from operational mode* to completing the firing sequence) The MBS when attached to the weapon system shall permit the operator to power on the MBS and complete the firing sequence within 30 seconds 15 seconds MARCORSYSCOM plans to buy up to 1,461 new SMAW launchers (which include the new targeting and ranging system) and a block of spare parts (major subassemblies and consumable spare parts) equal to 10 percent of the number of launchers purchased. It is anticipated that a ll systems wi l l be built over a five year period and delivered at a rate greater than 50 launchers per month (after contract award and successful First Article Test and Physical Configuration Audit). It is anticipated that initial delivery of the SMAW Mod 2 will be required within 12-months after contract award. These systems will be built to a governmen t -owned technical data package (with the exception of the new integrated targeting and ranging system). The government will provide a final TDP containing Draft Drawings, Performance Specifications, Fabrication Specifications, and pertinent Ballistics data by express shipment, but will provide only one read only CD per request. Submit requests for the information to Ms. Sheila Ballard at sheila.ballard@usmc.mil with the Company Name, Shipping Address, POC first and last name, and Duns Number and/or Cage Code. Distribution of the TDP will not be shipped until the RFP is released. Offerors should provide any supporting product performance, test data, or other empirical evidence for the proposed integrated targeting and ranging 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 with any supporting documentation you wish to be considered by the evaluation board. The Price 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 Origin. The resultant contract will have a DPAS rating of DO-A5. The anticipated evaluation Factors and Sub-Factors for this acquisition are listed below in descending order of importance: 1. Factor 1 - Technical Capability a. Sub-Factor A: Production Capability b. Sub-Factor B: Modular Ballistic Sight (MBS) Performance and Design c. Sub-Factor C: Integrated Logistic Support (ILS) 2. Factor 2 - Past Performance a. Sub-Factor A: Small disadvantaged business participation 3. Factor 3 - Contract Price 4. Factor 4 - Energy Efficiency All evaluation factors other than price, when combined, are more important than price. To facilitate evaluation of Past Performance, distribute the attached questionnaire to customers or other parties (commercial or military) who can evaluate your firm and each of your major subcontractors 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. MARCORSYSCOM intends to award one (1) Fixed Priced Incentive Firm (FPIF)indefinite delivery/indefinite quantity contract for the SMAW Mod 2in 4 th Qtr FY15 with a period of performance of 60 months. Award will be made to the responsible offeror whose proposal represents the best value to the Government considering the factors and associated sub-factors listed. The applicable NAICS code for this requirement is 332994. Contracting Office Address: M67854 Marine Corps Systems Command, 2200 Lester Street, Quantico, VA 22134
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-R-1000/listing.html)
 
Record
SN03561941-W 20141101/141030235913-141c5d033403430bbf54c3de374da94a (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.