SOLICITATION NOTICE
12 -- True North Module (TNM)
- Notice Date
- 4/8/2008
- Notice Type
- Presolicitation
- Contracting Office
- M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785408R6021
- Response Due
- 7/7/2008
- Archive Date
- 7/7/2008
- Point of Contact
- Larry Gillman 703-432-4081 Mr. Larry Gillman, 703-432-4081larry.gillman@usmc.milMs. MaryLee Schuck, 703-432-4072marylee.schuck@usmc.mil
- Description
- The Marine Corps Systems Command intends to issue a competitive solicitation for a contract to provide products required to support the Program Manager, Fire Support Systems (PM, FSS) as the life cycle manager for the True North Module (TNM). The TNM program fulfills the precision targeting requirements for fire support and forward air control. This competitive soliciation is anticipated to result in a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) for a TNM that interfaces with the Vector 21B laser range finder. The Government anticipates a FFP IDIQ (delivery order) contract with a minimum of one (1) unit and a maximum of two-thousand three hundred fourty-three (2343) units throughout the life of the contract. The True North Module shall include one (1) each of the following components: (a) True North Module; (b) TNM Battery; (b) Non-Magnetic Tripod; (c) Digital Interface; (d) Field Carry Pack; (e) Operators Manual; (f) Training Manual and Quic! k Reference Card; (g) Two (2) year warranty; and (j) Shipping. First production representative test article and a proposed training package must be delivered within twelve (12) months after contract award. The proposed TNM must meet the following critical performance specifications: (a) Operation In Presence of Magnetic Fields, (b) Azimuth Accuracy, (c) DAGR/LRF Data Compatibility (GPS Message 5029), (d) LRF Data when TNM is non-functional, and (e) Graceful Degradation LRF Digital Magnetic Compass. Very important performance specifications include: (a) Weight, (b) Compatibility with LRF Accessories, (c) Operational Use with LRF Configurations, and (d) Alignment of TNM with LRF Optical Axis. Additional specifications will include (a) TNM Operational Modes; (b) Mission Performance Requirements; (c) System Signature; (d) Environmental Requirements; (e) Reliability, Availability, and Maintainability; (f) Built In Test; (g) Fast Start Features; (h) Human Systems Integration; a! nd (i) Safety. The anticipated CLIN Structure consists of, but not limited to: (a) Minimum 1 TNM unit with Maximum of 2343 TNM units over life of contract; (b) CDRL Listing composed of Training Material, Operators Manual, Commercial Drawings and Associated Lists, Interface Control Document, First Article Test Procedures, First Article Test Report, Acceptance Test Procedures, Acceptance Test Report, Maintenance Support Plan, Proposed Spare Parts List, Engineering Data for Provisioning, Environmental Safety and Occupational Hazard Report; (c) Contractor Logistic Support Plan consisting; Training, Spares, Non-Warranty Repair. Testing requirements will include battery safety certification, First Article Test, and Acceptance Test. Provide any supporting product performance, test data, or other empirical evidence for your proposed system. Safety data or other information deemed pertinent to the performance and operation of the product should be provided. Cost 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 Cost Proposal must clearly detail the life cycle costs associated with the sustainment/support plan provided under the Technical portion of the proposal. The anticipated address for delivery of the systems is Marine Corps Logistics Base Albany, Georgia. The systems shall be FOB destination. The resultant contract will have a DPAS rating of DO-A5. The significant evaluation factors are shown in descending order of importance: (i) Technical capability to mee! t the Government Requirement to include the following subfactors: (i.a.) Critical Performance Parameters; (i.b.) Very Important Performance Parameters; (i.c.) Performance Parameters; (i.d.) Production Capacity/Delivery Schedule; (i.e.) System Sustainment/Supportability; and (i.f.) Value Added Options; (ii) Price; (iii) Past Performance; and (iv) Small disadvantaged business participation. All evaluation factors other than cost or price, when combined, are more important than cost or price. To facilitate evaluation of Past Performance, provide contact information (name and current phone number) for customers or other parties (commercial or military) who can evaluate your firm 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. A Pre-Proposal Confer! ence is tentatively scheduled for Tuesday, April 29, 2008. Location will be at EG&G Inc., Dumfries VA. If you are interested in attending this Conference, please notify Larry Gillman via email at larry.gillman@usmc.mil. A formal solicitation is anticipated to be released no later than 30 April 2008. 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. Written components of the Offer shall be provided via standard mail to Marine Corps Systems Command, Attn: AFSS (CT026), L.D. Gillman, 2200 Lester Street, Quantico, VA 22134-5050; via overnight carrier to Marine Corps Systems Command Attn: AFSS (CT026) L.D. Gillman, Material Management, Supply Officer, 2201A Willis St., Quantico, VA 22134-5153; or hand carried to Larry Gillman in B! ldg. 2200 on Marine Corps Base Quantico. Facsimile and e-mailed submissions are not permitted. Allow adequate time to have your proposal received no later than 1:00 p.m. EST on Monday July 7th, 2008. Each offeror is required to submit a complete proposal documenting their approach for satisfying the requirements of this solicitation. Offerors are highly encouraged to submit a TNM system at the highest maturity and completeness possible and must be provided on or before the proposal due date of 7 July 2008. TNM system at the highest maturity and completeness may be hand carried to Mr. Larry Gillman in Bldg. 2200 or sent to the 2201A Willis Street address above. Contact Mr. Larry Gillman on (703) 432-4081 or by email if any additional information is required.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77ee5b9fba18a84d0d04f1ac5cd96900&tab=core&_cview=1)
- Record
- SN01549775-W 20080410/080408222842-9c1c81556d6983bedf302b8bc0f09e5f (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 |