Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 29,2000 PSA#2546

Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010

58 -- INTRA SQUAD RADIOS AND CARRYING CASES SOL M67854-00-R-2064 DUE 032000 POC Ms. Lee Kerr, 703-784-5822 x249; FAX 703-784-5826 WEB: Click here to connect to the web page, www.marcorsyscom.usmc.mil/mcscctq/radios.htm. E-MAIL: Click here to contact the Contract Specialist via, kerrle@mcsc.usmc.mil. The Marine Corps Systems Command is seeking proposals from qualified businesses which may be able to provide the Marine Corps with Intra Squad Radios and carrying cases via a five (5) year (base year plus 4 option years), Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum quantity of 13,000 radios for the first order and a maximum ordering amount for the entire contract of $5.0 million. A combined synopsis/solicitation for commercial items has been prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation M67854-00-R-2064 is being issued as a Request for Proposal. This solicitation document incorporates Provisions and Clauses that are in effect through Federal Acquisition Circular #97-15. The Government will award a contract resulting from this solicitation to the responsible offeror whohas submitted the lowest evaluated price for a proposal meeting or exceeding the product specifications. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; 52.217-9, Option to Extend the Term of the Contract (30 days/5 years); DFARS 252.225-7000, Buy American Act -- Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. Offerors shall include a completed copy of the provision at 52.212-3. Provisions 52.212-3, 52.212-5 and 252.225-7000 can be found at the following web site: www.marcorsyscom.usmc.mil/mcscctq/links.htm Submit proposals (original and 2 copies) along with a sample of 2 standard commercial radios (i.e., same configurations as bid, with commercial frequencies) and an operator manual, to Marine Corps Systems Command, ATTN: Lee Kerr, 3041A McCawley Avenue, Quantico, Va 22134. Offerors shall hand-carry or express mail their proposals to reach the location above by 10:00 am Eastern Standard Time, 20 March 2000. Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. Therefore, the possibility that a proposal will not comply with the stated closing date/time exists, in such case the proposal will be considered a "late submission". Offerors' proposals shall remain open for 120 days and must comply with all of the terms and conditions of subject solicitation/RFP; proposals which take exception shall not be considered for award. Should offerors have any questions or concerns regarding this combined solicitation/RFP, they must contact Lee Kerr within seven (7) days of the release of this solicitation/RFP. Offerors may provide the Government with multiple proposals; however, we will be unable to award a contract to an offeror who deviates from the solicitation requirements. Contractors are also requested to provide the following administrative information with their proposal: TIN, DUNS, CCR, Cage Code, Payment Terms, Remit to address and Email address. Telephonic responses will not be considered. Furthermore, contractors are encouraged to check the following website for additional information or changes to this requirement: www.marcorsyscom.usmc.mil/mcscctq/radios.htm Contract line item is as follows: CLIN 0001: 13,000* Intra-Squad Radios and Carrying Cases with the following specifications, to also include commercial Operators Manual and shipping charges: * 12,996 radios to be shipped to locations identified * 4 radios to be utilized for acceptance testing of frequencies and output power. Offerors shall provide pricing for the following additional quantity breakdowns for the radios and carrying cases with a delivery schedule of no more than five months after receipt of order. Orders may be issued, by Marine Corps Systems Command, against any of these CLINs as Marine Corps requirements develop. CLIN 0002 Quantities less than or equal to 100 units; CLIN 0003 Quantities between 101 and 500 units; CLIN 0004 Quantities between 501 and 1000 units; CLIN 0005 Quantities between 1001 and 5000 units; CLIN 0006 Quantities between 5001 and 10000 units; CLIN 0007 Quantities greater than or equal to 10000 units; CLIN 0008 Delivery Charges for CLINs 0002 through 0007. Price to be determined in each order. Delivery Schedule: CLIN 0001 A quantity of 4 radios shall be available for acceptance testing no later than 5 months after contract award. Early completion is encouraged. Acceptance testing shall take place at the source. The contractor shall notify the Government 4 weeks prior to the date the radios will be available for testing. The Government shall retain the 4 radios upon completion of testing. The remaining quantity of 12,996 shall be delivered no later than 30 days after the completion of acceptance testing. Delivery Locations for CLIN 0001 Partial deliveries will not be accepted. Early delivery is encouraged. TRAFFIC MANAGEMENT OFFICER M/F BLT 1/1 ATTN: SUPO M11120 BLDG 2253 CAMP PENDLETON CA 92055 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 2D BATTALION, 1ST MARINES M11130 BLDG 2253 ATTN: DSU BLDG 2243 CAMP PENDLETON CA 92055 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 3D BATTALION, 1ST MARINES ATTN: SUPO M11170 BLDG 2253 CAMP PENDLETON CA 92055 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 1ST BATTALION, 2D MARINES ATTN: SUPO M13220 MCB CAMP SD BUTTLER RYUKYU ISLAND JAPAN QUANTITY: 393; COMMANDING OFFICER BLT 2/2 ATTN: SUPO M12230 PSC BOX 20095 CAMP LEJEUNE NC 28542-0095 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER MF 3RD BATTALION, 2ND MARINES 2ND MARDIV ATTN SUPO M13180 BLDG 314 G STREET CAMP LEJEUNE NC 28542-0096 QUANTITY: 393; COMMANDING OFFICER 1ST BATTALION, 3D MARINES ATTN: SUPPLY OFFICER M13130 BLDG 3090 MARINE CORPS BASE KANEOHE BAY, HI 96863-3018 QUANTITY: 393; COMMANDING OFFICER 2D BATTALION, 3D MARINES ATTN: SUPPLY OFFICER MMJ131 BLDG 2450 MARINE CORPS BASE CAMP HANSON OKINAWA, JAPAN QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 3D BATTALION, 3D MARINES ATTN: SUPPLY OFFICER M13120 MARINE CORPS BASE KANEOHE BAY, HI 96863-3018 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 1ST BATTALION, 4TH MARINES ATTN: SUPPLY OFFICER M11140 BLDG 2253 ATTN: DSU CAMP PENDLETON CA 92055-5627 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F MMJ132 UDP 2/4 3RD MARDIV BLDG 2450 MARINE CORPS BASE CAMP HANSEN OKINAWA, JAPAN QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 3D BATTALION, 4TH MARINES ATTN: SUPO M11230 TWENTYNINE PALMS, CA 92275-8265 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 1ST BATTALION, 5TH MARINES ATTN: SUPO M11160 MARINE CORPS BASE CAMP PENDLETON CA 92055-5001 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 2D BATTALION, 5TH MARINES ATTN: SUPO M11110 MARINE CORPS BASE CAMP PENDLETON CA 92055-5001 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 3D BATTALION, 5TH MARINES ATTN: SUPO M11180 MARINE CORPS BASE CAMP PENDLETON CA 92055-5001 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 1ST BATTALION, 6TH MARINES ATTN: SUPO M12210 BLDG 1011 CAMP LEJEUNE NC 28542-5703 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 2D BATTALION, 6TH MARINES ATTN: SUPO M12120 BLDG 1011 MARINE CORPS BASE CAMP LEJEUNE NC 28542-5703 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER MF 3D BATTALION, 6TH MARINES ATTN: SUPO M12170 BLDG 1011 MARINE CORPS BASE CAMP LEJEUNE NC 28542-5703 QUANTITY: 393; TRAFFIC MANAGMENT OFFICER M/F 1ST BATTALION, 7TH MARINES ATTN: SUPO M13160 MCAGCC TWENTYNINE PALMS CA 92278-8263 QUANTITY: 393; TRAFFIC MANAGMENT OFFICER M/F 2D BATTALION, 7TH MARINES ATTN: SUPO M11210 MCAGCC TWENTYNINE PALMS CA 92278-8263 QUANTITY: 393; TRAFFIC MANAGMENT OFFICER M/F 3D BATTALION, 7TH MARINES ATTN: SUPO M13170 MCAGCC TWENTYNINE PALMS CA 92278-8263 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER M/F 1ST BATTALION, 8TH MARINES ATTN: SUPO M12220 BLDG 1011 MARINE CORPS BASE CAMP LEJEUNE, NC 28542-5073 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER MF 2ND BATTALION, 8TH MARINES ATTN: SUPO M12180 BLDG 1011 MARINE CORPS BASE CAMP LEJEUNE NC 28542-5703 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER MF 3D BATTALION, 8TH MARINES ATTN: SUPO M12110 BLDG 1011 MARINE CORPS BASE CAMP LEJEUNE NC 28542-5703 QUANTITY: 393; COMMANDING OFFICER ATTN: SUPO HQSVC CO 1ST BATTALION, 23RD MARINES 1902 OLD SPANISH TRAIL HOUSTON TX 77054-2097 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER HQSVC CO 2ND BATTALION, 23RD MARINES NMCRC 6337 BALBOA BLVD ENCINO CA 91316 QUANTITY: 393; COMMAND OFFICER HQSVC CO 3RD BATTALION, 23RD MARINES 5020 LAKESHORE DRIVE NEW ORLEANS LA 70146-3310 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER H&S CO 1ST BATTALION, 24TH MARINES 7600 E JEFFERSON AVE DETROIT MI 48214-9982 QUANTITY: 393; COMMANDING OFFICER HQSVC CO 2D BATTALION, 24TH MARINES 3034-60 WEST FOSTER AVE CHICAGO IL 60625-4830 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER HQSVC CO 3D BATTAION, 24TH MARINES 10810 LAMBERT INTERNATIONAL BLVD BRIDGETON MO 63044-2314 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER HQSVC CO 1ST BATTALION, 25TH MARINES CAMP EDWARDS MA 02542 QUANTITY: 393; COMMANDING OFFICER HQSVC CO 2D BATTALION, 25TH MARINES 605 STEWART AVE GARDEN CITY, NY 11530-4761 QUANTITY: 393; TRAFFIC MANAGEMENT OFFICER HQSVC CO 3RD BATTALIONN, 25TH MARINES 5572 SMITH RD MCRD BROOK PARK, OH 44142-2027 QUANTITY: 393; MARCORSYSCOM M/F C4ISR COMM 3228 BOAT DOCK CIRCLE QUANTICO, VA 22134-5080 QUANTITY: 27. Delivery Locations for CLINs 0002 0007 shall be specified in each order. Awardee will be responsible for providing proof of delivery for each shipment (including CLIN 0001) to MSgt. Mark Averitt, 2033 Barnett Avenue, Suite 315, Quantico, VA 22134 (telephone 703 / 784-0882) Product Specifications: The ISR shall be an UHF military band, non-secure, push to talk radio, capable of operating on commercially available batteries. The ISR shall provide non-secure voice of a quality as to allow the identification of the speaker's voice. The ISR shall be capable of operating in the military UHF band on the following 14 frequencies: 396.875 MHz, 397.125 MHz, 397.175 MHz, 397.375 MHz, 397.425 MHz, 397.475 MHz, 397.550 MHz, 397.950 MHz, 398.050 MHz, 399.425 MHz, 399.475 MHz, 399.725 MHz, 399.925 MHz, 399.975 MHz. The ISR shall be capable of receiving and transmitting on 14 discrete channels within the military UHF band and provide a minimum of 38 Continuous Tone Coded Squelch System (CTCSS) "talk-groups" per channel (Minimum of 532 talk-groups). The ISR shall be no more than 5 inches in height, 1.5 inch in depth, and 2.5 inches in width. The weight of the ISR shall be no more than 10 ounces, with batteries installed. The ISR shall include a channel lock to prevent inadvertent changing of selected channel. The ISR shall include an audible beep with an on/off option. The ISR shall include a low battery indicator. The ISR shall provide a power output of no greater than 0.75 watt, and no less than 0.3 watt. The ISR shall provide for 24 hours of operation on one set of batteriesat a 10/10/80 transmit, receive, idle cycle. The ISR shall include a transceiver and a secure carrying case that incorporates a belt loop, clip, or other fastener for securely attaching the transceiver to a pistol belt or load carrying equipment (LCE). The ISR shall be capable of interfacing with, and operating with existing commercial headsets. Human Systems Integration. The system shall be operator user-friendly, easy to put on/take-off, easy to replace components (batteries, headset, etc.) and easy to operate. Components, cables, and controls shall not restrict operator activity and capability. A commercial Operators Manual, written to "best commercial practice" is a required feature. The manual shall provide basic precautions and procedures necessary to employ the ISR. Technical Characteristics: The ISR shall also meet the following technical requirements. Identification and Marking. The ISR shall be permanently marked with the following identification requirements. Vendor Part Number and Serial Number Safety. The ISR will be designed so that under all conditions of normal use (installation, operation) and under a likely fault condition (including human error), it protects against the risk of electric shock and other hazards. All hazards will be eliminated or reduced to the lowest risk level practical. Catastrophic or critical hazards will not rely solely on warnings or procedures/training for control of risk. Finish. As the ISR is a COTS product, the Marine Corps will accept the ISR with the commercial finish. The ISR's color shall be such as to reduce visibility in a tactical operational environment (i.e. flat black). Grounding and Shielding. Though a low power device, the ISR shall be properly grounded, bonded and shielded for safety, to prevent ground loops and common ground returns for signal/power circuits and to minimize Electromagnetic Interference (EMI), in accordance with best commercial practices. Environmental Characteristics: The ISR will not be required to comply with MIL-SPEC requirements for environmental characteristics. In lieu of testing, the Marine Corps shall require a report, in contractor format, identifying product expected performance, and areas of concern in regards to environmental characteristics. This report shall be submitted with the offeror's proposal. ACCEPTANCE TESTING: The performance and design requirements, specifically addressing the frequencies and output power, for the ISR shall be verified by acceptance testing of 4 ISRs. PRICE EVALUATION: The government will calculate an "evaluated Price to the Government" for each offeror's proposal by adding together the following amounts: (1) The price of CLIN 0001; and (2) The sum of all evaluated prices (based on mid-point weighted average) for all range quantities identified in CLINs 0003 through 0007; For evaluation purposes only, the evaluated price for each CLINs 0003 through 0007 shall be calculated as follows: (1) The proposed price for each range quantity shall be multiplied by the maximum quantity in thatrespective range. This shall be done for each year identified, if pricing varies by option year. The extended amounts shall be summed and divided by the sum of the maximum range quantities (in all years, if applicable). The result will be the mid-point weighted average CLIN unit price. (2) The mid-point weighted average CLIN unit price will then be multiplied by the maximum contract quantity for that CLIN (for evaluation purposes the maximum contract quantity for CLIN 0007 shall be 15,000). These extended prices will then be added to the price for CLIN 0001. In addition, the price of any other price related items will be added. These include changes made or requested by the offeror, if the changes do not constitute grounds for rejection of the proposal. The final summed price is the evaluated total price for the proposal. (3) Example Offer, Year 1 Offer, Year 2 Range Price Range Price 1-10 $20 1-10 $30 11-20 $15 11-20 $25 21-30 $10 21-30 $20 Contract Maximum quantity = 30 units Calculation (a) Multiplyrange price by the maximum range quantity: Price Max Qty Amount Year 1 $20 10 $200 $15 20 $300 $10 30 $300 60 $800 Year 2 $30 10 $300 $25 20 $500 $20 30 $600 60 $1,400 Total of Years 1 and 2 120 $2,200 Unit Price Solution: $2,200/120 = $18.33 = average CLIN unit price (b) Multiply the average CLIN unit price by the maximum contract quantity for that CLIN (for evaluation purposes the maximum contract quantity used will be 50,000): $18.33 x 30 units = $549.90 = Evaluated CLIN total price. Offerors are advised that pricing shall be evaluated to determine if the prices for CLINs 0002 through 0007 are balanced. An offer may be rejected if the contracting officer determines that the lack of balance poses an unacceptable risk to the Government. Destination Unknown. The destination of items ordered under CLINs 0002 through 0007 are unknown. A cost reimbursable line will be added to each delivery order issued based on the delivery location. PRODUCT SUBSTITUTION: In the event that at any point during the lifeof the contract, the contractor is no longer able to provide the exact products proposed (due to an upgrade to the product line, for example), the contractor shall provide substitute products, at the same price as initially contracted for, which shall have the functional and technical capabilities of the product originally provided and shall meet or exceed the original products' rated performance characteristics. The products must satisfy all original mandatory requirements in the product and technical specifications. Any upgrade to the products originally provided shall be considered if the contractor submits a proposal outlining the upgrades to be made. With the receipt of the proposal from the contractor, the Government shall have the right to approve this proposal and to unilaterally modify the contract to provide for ordering of the substituted product. Posted 02/25/00 (W-SN428489). (0056)

Loren Data Corp. http://www.ld.com (SYN# 0110 20000229\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page