Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SPECIAL NOTICE

12 -- Interim Designator Solution - IDS Requirements List

Notice Date
5/2/2017
 
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
M67854-17-I-6015
 
Point of Contact
Margot Haycook, Phone: 7034325922, Tiffany Johnson, Phone: 540-653-9555
 
E-Mail Address
margot.haycook@usmc.mil, tiffany.a.johnson@usmc.mil
(margot.haycook@usmc.mil, tiffany.a.johnson@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION •1.0 As a result of the conference call yesterday USMC is willing to entertain a revision to the Incentive Fee Plan for CLIN 1000 Schedule Incentive in order to permit the recent revisions to the CLIN 1000 configuration, see attachment 8. I have included a draft of the incentive formula that will allow RMS to receive an extension to the delivery dates with reductions in incentives (see attached spreadsheet). If you concur we will forward a modification for your signature in the next couple of days (it will require signature this week). •2.0 Description The Department of Defense (DoD), Marine Corps Systems Command (MCSC), Product Manager, Fire Support Systems (PdM FSS), as a means of conducting market reserch, is seeking information on the availability of a low-cost, lightweight, non-developmental laser designation system to support United States Marine Corps (USMC) Joint Terminal Attack Controllers and Joint Fires Observers. The laser designator considered under this Request For Information (RFI) is an interim solution to provide a laser designation capability until development and fielding of a USMC Future Targeting System (FTS). This effort will hereafter be referred to as the Interim Designator Solution (IDS). 1.1 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government contractually for any services or supplies whatsoever. Furthermore, the USMC is not seeking proposals at this time. Respondees are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in a future RFP, if one is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FBO) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. •3.0 Background 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 short-range laser terminal guidance operations (i.e., laser designation). Consequently, the PdM FSS is seeking information on low-cost sources of technology that meet or exceed the IDS requirements listed in Attachment 1 and can be delivered no later than four months after contract award. Interested parties should note that this IDS RFI is a separate requirement from-not a replacement for-the Future Targeting System effort (FBO solicitation number M67854-16-I-14164 ). The intent of IDS is to sustain an interim lightweight, short-range designation capability in sufficient quantities until fielding of FTS. •4.0 Schedule The proposed key milestones for the IDS effort are listed below. All dates are tentative and subject to change. Key Milestone/Event Proposed Date Notes RFI Release 3 rd Quarter (Qtr) Fiscal Year 2017 (FY17) RFP Release 4th Qtr FY18 A production sample will be required along with proposal submission Contract Award 3rd Qtr FY19 •5.0 Other Considerations 4.1 The anticipated procurement quantity required is up to 300 systems. 4.2 Affordability is of paramount importance. The PdM FSS is seeking an economical, low-cost solution that meets the minimum system requirements. •6.0 Requested Information Responses are requested 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 technological solution with the characteristics described herein. 5.1 Responses should identify the availability of an affordable, non-developmental laser designation system with the minimum system requirements detailed in Attachment 1 as quickly as possible. However, if any of these system requirements preclude delivery of a non-developmental system, please denote this in the Comments section of Attachment 1. 5.2 In addition to schedule and performance attributes, it is requested that responses also provide cost information to include a Rough Order of Magnitude or historical cost data (note: the Government is using this cost data for planning purposes only). 5.3 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 Federal Supply Classification Product Code is 1260 Fire Control Designating and Indicating Equipment. 4.0 Responses 4.1 Responses are requested no later than 31 MAY 2017, 3:00 p.m. EST. Responses shall be limited to 20 pages (Times New Roman, 12 font) and submitted via e-mail to tiffany.a.johnson@usmc.mil AND margot.haycook@usmc.mil. All correspondence sent via email shall contain a subject line that reads INTERIM DESIGNATOR SOLUTION. If this subject line is not included, the e-mail may not get through e-mail filters at Marine Corps Base Quantico. 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. 4.2 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3 Note that 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. 5.0 Industry Discussions PdM FSS representatives may or may not choose to meet with potential respondents. Such discussions would only be intended to gain clarification of respective capability/technology to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Points of Contact (POCs) listed below. Verbal questions will NOT be accepted. Questions will be answered via the Federal Business Opportunities (FBO) website ; accordingly, questions shall NOT contain proprietary or classified information. Contracting Office Address: 2200 Lester Street Quantico, VA 22134 Primary POC: Ms. Tiffany Johnson Technical Project Manager tiffany.a.johnson@usmc.mil Phone: 540-653-9555 Secondary POC: Ms. Margot Haycook Contracting Officer margot.haycook@usmc.mil Phone: 703-432-5922 7.0 Summary THIS IS AN RFI ONLY to identify potential sources capable of providing a low-cost, lightweight, non-developmental laser designation system. The information provided in the RFI is subject to change and is not binding on the Government. Any information submitted by respondents is voluntary. The USMC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the responses 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-17-I-6015/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04492867-W 20170504/170502235144-8f2c21c53c8ec34e9b79ebd016af6198 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.