Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SPECIAL NOTICE

12 -- Future Targeting System - FTS Capability and Goals

Notice Date
7/13/2016
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
M67854-16-I-14164
 
Point of Contact
Margot Haycook, Phone: 7034325922, Karla Logothety, Phone: 7034325918
 
E-Mail Address
margot.haycook@usmc.mil, karla.logothety@usmc.mil
(margot.haycook@usmc.mil, karla.logothety@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Capability and Goals Request for Information for the USMC Future Targeting System The Department of Defense (DoD), Marine Corps Systems Command (MCSC), Product Manager, Fire Support Systems (PdM FSS), is currently conducting market research, as stipulated in FAR 10.002(b)(2)(iii), seeking a capabilities statement from potential sources, including small businesses; 8(a); HUBZone; Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB); Woman-Owned Small Businesses (WOSB); and Service Disabled Veteran Owned Small Businesses (SDVOSB) that are capable of providing a Handheld Laser Rangefinder / Target Designator / Spot Imager system in the near future (1Q FY19 project start) with the characteristics described herein. The Government may conduct a follow-on Industry Day with those sources who respond to this announcement. The PdM FSS, MCSC, is responsible for equipping the Marine Corps operating forces with ground-based fire support systems and associated equipment. This includes technology that provides supporting arms observers, spotters, and controllers with the capability to perform rapid target acquisition (i.e., detection, recognition, and location), laser terminal guidance operations (i.e., laser designation), and laser spot imaging. PdM FSS currently supports these capabilities through the sustainment of three separate systems-the Common Laser Range Finder (CLRF), Joint Terminal Attack Controller Laser Target Designator (JTAC LTD), and Thermal Laser Spot Imager (TLSI). These systems are heavy (collective weight of nearly 20 pounds), contain multiple components, and are unwieldy to carry/transport in the field. Consequently, there remains a need for a single, lightweight, compact system capable of performing the functionality within these three separate devices, while maintaining a form factor that allows the system to be more easily carried and operated by the dismounted warfighter during Joint fire support operations. Developmental approaches for this Handheld Laser Rangefinder / Target Designator / Spot Imager that meet or exceed the goals listed in Enclosure 1 are being sought in this RFI and might include a: (a) new developmental system; (b) modification of the USMC's CLRF Integrated Capability (CLRF IC) system (currently in production); or (c) modular attachment that interfaces with the CLRF IC system. The required operational mission profile of this Handheld Laser Rangefinder / Target Designator / Spot Imager system is as follows: During a 72-hour mission period in a tactical field environment, the system is operated for a total of 18 hours (9 hours day operations, 9 hours night operations) during which 150 range measurements are performed. Additionally, the system is subjected to 10 minutes of cumulative lasing time for designation/marking and 10 minutes cumulative lasing time for IR pointing. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the goals stated in Enclosure 1 of this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to either (a) meet or exceed each goal as written or (b) if one or more goals are assessed as unachievable, provide an alternative of what could reasonably be achieved by the desired project start date (1Q FY19). The submission should not exceed 20 pages written (Times New Roman, 12 font) or Microsoft PowerPoint slides; supporting documentation such as commercial literature, catalogs, or manuals are excluded from this length requirement. Additionally, please specifically address the following items in the Capabilities Statement: • Is the proposed technology a Non-Developmental Item (NDI), slightly modified (< 5% change) item, or developmental system? • Support information that covers cost, schedule, and performance factors for each goal. The biggest cost drivers should be clearly identified and communicated. If cost information is not available, provide a Rough Order of Magnitude (ROM) or historical cost data of previous or similar efforts (note: the Government is using this cost data for planning purposes only). • Other emerging, novel technologies not considered in Enclosure 1 that would add value to the program (e.g., jitter stabilization technologies, automatic pattern recognition, incorporation of micro-electrical mechanical systems (MEMS), nanotechnologies, etc.). Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1,250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set-Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this notice is voluntary. This notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capabilities statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail addresses: tiffany.a.johnson@usmc.mil AND margot.haycook@usmc.mil. All correspondence sent via email shall contain a subject line that reads FUTURE TARGETING SYSTEM. If this subject line is not included, the e-mail may not get through e-mail filters at Quantico Marine Corps Base. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 2:00 P.M. (EDST) ON 12 August 2016. Direct all questions concerning this requirement to Ms. Tiffany Johnson at tiffany.a.johnson@usmc.mil AND Ms. Margot Haycook at margot.haycook@usmc.mil. Contracting Office Address: 2200 Lester Street Quantico, VA 22134 Primary Point of Contact: Ms. Tiffany Johnson Future Targeting System Technical Project Manager tiffany.a.johnson@usmc.mil 703-432-5942 (no voicemail) Secondary Point of Contact: Ms. Margot Haycook Contracting Officer margot.haycook@usmc.mil Phone: 703-432-5922
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-16-I-14164/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04181554-W 20160715/160713235217-a5a0930e0ed5cd96adb5f378d0e773a4 (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.