Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
MODIFICATION

10 -- Rifle Combat Optics

Notice Date
7/23/2004
 
Notice Type
Modification
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-04-R-1023
 
Response Due
1/13/2004
 
Archive Date
8/1/2004
 
Point of Contact
Richard Hollen, Contracting Officer, Phone 703-432-3568, Fax 703-432-3526, - Alice Pladson, Contract Specialist, Phone 7034323736, Fax 7034323531,
 
E-Mail Address
hollenra@mcsc.usmc.mil, pladsonac@mcsc.usmc.mil
 
Description
This notice amends the combined synopsis/solicitation originally posted to FBO 22 Dec 04 on behalf of the Marine Corps Systems Command (MCSC) for the procurement of Rifle Combat Optics (RCO) for the M16A4 in accordance with FAR Part 12.6 for commercial items as defined in FAR Part 2.1, and as supplemented with additional information included in this notice. This announcement amends the only solicitation for clarification purposes only; proposals are no longer being requested. Solicitation M67854-04-R-1023 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. The Government anticipates issuing a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) commercial contract for a three-year period to the successful offeror to provide flexibility in ordering and options for varying quantities. The minimum quantity will be no less than 3,000 units with a maximum of 10,000 during a three year period. The RCO shall meet the following Key Performance Parameters: MOUNT: be capable of mounting on the M1913 rail; MAGNIFICATION shall be fixed 3.5 to 4.5 power scope; RETICLE: must be illuminated without the use of batteries; must possess bullet drop compensation, ballistically matched to the M855 ball ammunition, set at increments of 100m; must provide shooter the ability to determine range out to the maximum effective range of the weapon; will permit shooter to engage targets with both eyes open; will possess a chevron reticule; will possess a horizontal mil scale in 10 mil increments positioned so as not to interfere with or obscure the chevron reticule, bullet drop compensator, or target. The mil scale should fully span the effective field of view of the RCO; The design of the reticule shall minimize masking of the target; and, the field of view shall optimally balance the engagement of target out to 500 meters while facilitating the use of the mil scale reticule out to 1000 meters for designation of targets. ZERO ADJUSTMENT: The RCO shall possess the capability to adjust windage and elevation for zeroing the sight to the weapon. LOW-LIGHT PERFORMANCE: The RCO shall possess a light gathering capability. MAINTAINING A ZERO: The RCO shall maintain a zero, within two minutes of angle, following detaching and reattaching, to the same weapon and rail, for the lifespan of the scope. SIZE: The RCO shall not exceed 10 inches in length. WEIGHT: The RCO shall not weigh more than 2 pounds. INTEROPERABILITY: The RCO will be capable of employment while wearing a gas mask, helmet, or both. DURABILITY: The body of the RCO shall be non-reflective. Corrosion: Will resist the corrosive effects of both salt and fresh water in both liquid and vapor form; and shall resist the corrosive effects of sand, grit and dust. Temperature: The RCO should be mission capable in temperatures ranging from ?25 degrees F to 140 degrees F. Shock/Impact: The RCO shall remain functional after a 1-meter drop, scope down, onto concrete while attached to the service rifle with a fully loaded magazine. Lens Protection: The RCO will include lens caps. Waterproof: The RCO will withstand immersion in salt water to a depth of not less than 1 meter for not less than 1 hour without preparation or subsequent performance degradation (threshold) not less than 11 meters for not less than 2 hours (objective). Single-Piece Mount: The mounting system for the RCO will not come apart into smaller pieces when detached from the weapon by the user. LOGISTICS: The RCO should not have special storage requirements beyond those already in place for existing optical equipment. The RCO should be capable of operation without the use of special tools and will come with a user guide that includes, but is not limited to, the following information (1) Zeroing instructions (2) Operator maintenance and cleaning instructions (3) Operating principles and bullet drop compensator usage and (4) Reticule definition and special instructions for use. Storage Case: The RCO will include a carrying/storage case capable of storing the optic and associated cleaning and care articles. Each offeror is requested to submit two (2) samples of each product being offered. As these will likely be used up during testing and evaluation they will not be returned. The optics are being procured utilizing full and open, best value competition. All future information relative to this procurement will be available to industry through the MARCORSYSCOM website: www.marcorsyscom.usmc.mil. Federal Acquisition Regulation 52.212-1, Instructions to Offerors ? Commercial Items: Offerors shall submit a combined technical/business proposal as an element of their offer. Offerors shall not submit more than one (1) offer in response to this solicitation. An original and two (2) copies of the offer are required. Offerors must submit Contractor Name, Address, DUNS, Cage Code and Tax Identification Number (TIN). Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the products may have an adverse impact on your evaluation. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its contents. The business matter shall ensure that all elements of the Schedule of Supplies, corresponding tables, and appropriate representations and certifications are completed. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Procuring Contracting Officer (PCO). Proposals shall be prepared using ?Arial? or ?Times New Roman? 11-point font style on 8 ? X 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 point. Foldouts are not allowed. All material submitted will be single-spaced. Offerors should ensure that each page provided includes identification of the submitting Offeror in the header or footer. Page count for the combined business proposal shall not exceed 10 total pages, inclusive of product literature. To supplement written proposals, offerors may provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, safety and reliability. There is no limitation for the content of the CD-ROM; however, all material provided through this medium shall be appropriately referenced in the written proposal; the CD-ROM shall not be considered a stand-alone element of the offer. To support business offers, offerors are requested to submit electronic pricing workups (e.g., Schedule of Supplies) (e.g., MS Excel) on the CD-ROM. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 1:00 PM (ET) 13 January 2004; COMMANDING GENERAL, Attn: Alice C. Pladson, IWS-AP, MARCORSYSCOM, 2200 Lester Street, Quantico, VA 22134-6050. Proposal Content: Describe your ability to currently meet the performance requirements stated in the Purchase Description for the Rifle Combat Optics. Ensure that your stated response addresses any specific commercial, or extended warranty provisions. Past Performance: Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. FAR 52.212-2, Evaluation-Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, listed in order of importance, shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) price. In making its ?Best Value? determination, the Government will consider overall technical approach to be more important than past performance, and the combination of all non-price factors to be of significantly greater importance than price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), with or without negotiations. FAR Clauses: 52.202-1 Definitions, 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-7 Anti-Kickback Procedures, 52.211-8 Time of Delivery, 52.212-1 Instructions to Offerors?Commercial Items, 52.212-2 Evaluation?Commercial Items, 52.212-3 Offeror Representations and Certifications?Commercial Items, 52.212-4 Contract Terms and Conditions?Commercial items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders within this clause, 52.215-1?Instructions to Offerors?Competitive Acquisition, 52.216-22?Indefinite Quantity, 52.244-6?Subcontracts for Commercial Items, the following clauses apply: 52.222-21, prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veteran and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19 Child Labor?Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration, 52.232-18 Availability of Funds, 52-247-34 FOB Destination. DFARS Clauses: 252.204-7004 Required Central Contractor Registration, 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7000 Buy American Act?Balance of Payments Program Certificate, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7006 Buy American Act ? Trade Agreements ? Balance of Payments Program Certificate, and 252.225-7007 Buy American Act?Trade Agreements ? Balance of Payments Program. ORIGINAL POINT OF CONTACT: Major Richard A. Hollen, Contracting Officer, Phone 703-432-3568, Fax 703-432-3526, Email: hollenra@mcsc.usmc.mil .
 
Place of Performance
Address: TBD
 
Record
SN00629806-W 20040725/040723212831 (fbodaily.com)
 
Source
FedBizOpps.gov 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.