SPECIAL NOTICE
K -- Common Laser Range Finder Integrated Capability (CLRF IC)
- Notice Date
- 4/24/2013
- Notice Type
- Special Notice
- 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, Virginia, 22134-5010
- ZIP Code
- 22134-5010
- Solicitation Number
- M6785413I6002
- Archive Date
- 6/8/2013
- Point of Contact
- Lynn Y Frazier, Phone: (703) 432-4072
- E-Mail Address
-
lynn.frazier@usmc.mil
(lynn.frazier@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Marine Corps is seeking information for production of the Common Laser Range Finder Integrated Capability (CLRF IC) to replace the currently fielded CLRF suite of equipment. A draft of the Performance Specification and external azimuth interface control document are available upon request to the Contract Specialist listed herein. The request must contain the CAGE Code and certification of the level of the facility security clearance prior to release. The following is a DRAFT list of major contracting activities, requirements, and requests regarding the CLRF IC program. RFP planned release is 2nd Quarter FY14, proposals will be due thirty (30) days later and must be accompanied by two (2) bid samples that will comply with the Performance Specification and all security and keying requirements inherent with the Global Positioning System (GPS) Selective Availability Anti-Spoofing Module (SAASM). Low Rate Initial Production (LRIP) contract award is planned for 1st Quarter FY15 and Full Rate Production (FRP) option exercise is planned for 3rd Quarter FY15. The Government requests interested vendors provide specific comments on the following: (1) estimated timeline for production and delivery of fifteen (15) LRIP systems as an initial lot of six (6) systems and a final lot of nine (9) systems, (2) Estimated economic production rate per year, and (3) Rough Order of Magnitude (ROM) for up to 1550 CLRF IC systems over a period of five (5) years. Vendors capable of developing a system that demonstrates the specifications listed in the draft Performance Specification within the draft list of major contracting activities listed above are invited to submit a response to this RFI. Vendors are also requested to identify any requirements which may significantly drive excessive cost or technical risk. Interested sources are requested to respond no later than 2:00pm Eastern time on 24 May 2013 stating their CAGE Code, DUNS number, business size, NAICS Code, SIC Code, and complete contact information for a corporate point of contact. Interested sources should respond to the Contracting Office address below. Proprietary information shall be clearly marked. This RFI is for planning and market research purposes, therefore it shall not be construed as an invitation for bid, request for quotation, request for proposal, or as obligation on the part of the Government to acquire products or services. Responses shall be treated as information only as part of market research and will not be shared outside of the Government. All information shall be submitted at no cost or obligation to the Government, no entitlement to payment of direct or indirect costs or charges to the Government as a result of contractor responses to this announcement. Documentation provided will not be returned. Point of Contact for this effort is: Eliana York, Contract Specialist, and can be reached via e-mail at eliana.york@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785413I6002/listing.html)
- Record
- SN03044907-W 20130426/130424235057-5a0686a51169e5eb9a9f63b34f96b8cb (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 |