Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,2000 PSA#2591

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

67 -- RECONNAISSANCE/SURVEILLANCE AND TARGET ACQUISITION PAYLOADS FOR DRAGON WARRIOR UNMANNED AERIAL VEHICLES (UAV) PROGRAM SOL M67854-00-R-2098 DUE 062900 POC Ms. Catherine Richmond, CTQ-CR, (703) 784-5822 x245, Fax (425) 962-4457 WEB: Marine Corps Systems Command, http://www.marcorsyscom.usmc.mil/mcscctq. E-MAIL: Catherine Richmond, Contracting Officer, richmondcm@mcsc.usmc.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the simplified acquisition procedures outlined in FAR Subpart 13.5, 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-2098 is a Request for Proposal (RFP) and incorporated provisions and clauses are those through Federal Acquisition Circular 97-17. SIC Code is 3861. This acquisition is a full and open competition for a commercial item. CLIN 0001 Integrated day/night capable reconnaissance/ surveillance payloads coupled with laser range finder for targeting w/ one payload controller per payload 3 each CLIN 0002 Auto-stabilized integrated day/night capable reconnaissance/ surveillance payloads coupled with laser range finder for targeting w/ one payload controller per payload 3 each CLIN 0003 Technical Data Requirements in accordance with paragraph 17 of the Statement of Work 1 Lot The Government will award either CLIN 0001 or 0002. The Government's preference is for auto-stabilization. The determination to award CLIN 0002 versus CLIN 0001 will be based on fiscal constraints. OPTIONS CLIN 0004 Integrated day/night capable reconnaissance/ surveillance payloads coupled with laser range finder for targeting w/ one payload controller per payload 3 each CLIN 0005 Auto-stabilized integrated day/night capable reconnaissance/ surveillance payloads coupled with laser range finder for targeting w/ one payload controller per payload 3 each CLIN 0006 Integrated day/night capable reconnaissance/ surveillance payloads coupled with laser range finder for targeting w/ one payload controller per payload 2 each CLIN 0007 Auto-stabilized integrated day/night capable reconnaissance/ surveillance payloads coupled with laser range finder for targeting w/ one payload controller per payload 2 each CLIN 0008 Integrated day/night capable reconnaissance/ surveillance payloads coupled with laser range finder for targeting w/ one payload controller per payload 2 each CLIN 0009 Auto-stabilized integrated day/night capable reconnaissance/ surveillance payloads coupled with laser range finder for targeting w/ one payload controller per payload 2 each The Government may elect to exercise either CLINs 0004, 0006, and 0008 (Un-stabilized payload) or CLINs 0005, 0007, and 0009 (Auto-stabilized payload). CLINs 0005, 0007, and 0009 will not be exercised unless CLIN 0002 has been awarded. Option CLINs may be exercised one at a time, as a group, or not at all. DESCRIPTION: The Marine Corps Warfighting Laboratory (MCWL) has a requirement to purchase Reconnaissance/Surveillance And Target Acquisition (RSTA) Unmanned Aerial Vehicle (UAV) payloads for the Dragon Warrior program. Dragon Warrior is an experimental Vertical Take Off and Landing (VTOL) drone currently in development under contract number M67854-99-C-2081. In previous years, MCWL has purchase 21 payloads consisting of day Pan, Tilt, Zoom (PTZ) cameras coupled with laser range finders and 14 pan-tilt Forward Looking Infrared (FLIR) cameras coupled with laser range finders. This requirement includes the fabrication and testing of Dragon Warrior RSTA payloads utilizing existing Government Furnished Equipment (GFE), if a cost savings is possible. Compared to the Dragon Drone payloads, the Dragon Warrior payloads shall be different in the following ways: a. The Dragon Warrior RSTA payloads shall have a digitally stabilized, adjustable zoom day camera, a FLIR camera with an adjustable lens, a laser rangefinder and a pan-tilt motor integrated into a single payload. Dragon Drone has separate day and night payloads. b. The Dragon Warrior RSTA payload, if the Government determines it to be affordable, will be auto-stabilized. The Dragon Drone payloads were not auto-stabilized. The key capabilities that the offerors must address are included in the RSTA Statement of Work (SOW) and Specification, dated 28 April 2000 which is located on the MARCORSYSCOM website at www.marcorsyscom.usmc.mil/mcscctq, click on "opportunities", "MCWLRSTA". DELIVERY: All items shall be packaged marked and shipped using best commercial practices, FOB Destination Quantico, VA. DATE OF DELIVERY: Delivery shall be NLT five (5) months after contract award (ACA). The items shall undergo Contractor installation and testing as defined in the RSTA SOW and specification. Government acceptance is predicated on successful Contractor installation and test at destination. Technical data requirements shall be delivered in accordance with the RSTA SOW and specification. These are minimum delivery requirements, offerors should propose the most aggressive delivery dates possible. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors 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 shall be used to evaluate offers: (1) OPERATIONAL EFFECTIVENESS, and (2) PAST PERFORMANCE. PRICE will be evaluated as an element of the overall offer, but not scored. Offerors are required to meet the desired minimum delivery dates. Offerors shall submit a written technical proposal which clearly illustrates that its product meets all technical requirements. Commercial product literature is encouraged. In the event that there is a conflict between the written proposal and the commercial product literature, the proposal will take precedence. Offerors written proposals shall be limited to 50 pages. Under Operational Effectiveness, the offeror should discuss their product compliance with all aspects of the RSTA SOW and Specification and any additional value to the Government. The offeror shall include Past Performance references on contracts of a similar nature including name of contracting activity, contract number, contract type, total contract value, and Point of Contact (name, phone, and fax numbers). Past Performance information will be included in the page count. The cost proposal shall state a fixed price unit cost, inclusive of shipping to the destinations above. The offeror shall include commercial catalog pricing for all possible CLINs. Offeror shall include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Oct 1999) with its offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 1999) and Addenda FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 1999), [to include FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alt I, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the 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, 52.225-9, Buy American Act Trade Agreements Act Balance of Payments Program, 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program, and 52.232-33 Mandatory Information for Electronic Funds Transfer Payment], FAR 52.217-5, Evaluation of Options (Jul 1990), FAR 52.247-34 F.O.B. Destination (Nov 1991), and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Jun 1997) apply to this acquisition. The following DFARS clauses apply to this acquisition: DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Nov 1995) and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 1999) [to include 252.205-7000 Provision of Information to Cooperative Agreement Holders, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.227-7015, Technical Data Commercial Items, 252.227-7037, Validation of Restrictive Markings on Technical Data, 252.243-7002 Certification of Requests for Equitable Adjustment . Full text of the FAR and DFARS provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/ . OFFEROR QUESTIONS: Questions may be submitted via facsimile to Catherine Richmond at (703)784-5826. All questions must be submitted by 08 May 2000, 2:00PM EST. Answers to questions will be posted on the MCWLRSTA web page at www.marcorsyscom.usmc.mil/mcscctq, click on "opportunities", "MCWLRSTA". If necessary, answers to the questions will also be provided via an amendment to the CBD/Solicitation. SUBMISSION OF OFFERS: Offers shall be submitted within 60 calendar days of this notice, on or before 29 June 2000, 2:00 PM EST. Past Performance data shall be submitted 14 calendar days prior to proposal submittal, on or before 15 June 2000, 2:00 PM EST. An original and two (2) copies of each offer shall be submitted to MARCORSYSCOM at the following address: COMMANDER, (Attn: Catherine Richmond, Code CTQ-CR), Marine Corps Systems Command, 2033 Barnett Avenue, Suite 315, Quantico, VA 22134-5010. All hand-carried deliveries (including UPS, FedEx, etc.) shall be delivered to the following address: Marine Corps Systems Command, Attn: Catherine Richmond, Code CTQ-CR, 3041A McCawley Avenue, Quantico, VA 22134-5010. No facsimile offers will be accepted. CENTRAL CONTRACTOR REGISTRATION: All offerors must ensure that they are registered in the Central Contractor Registration database. This is mandatory for award of any Government contract. To register, please go on-line to http://ccr.edi.disa.mil . POINT OF CONTACT: If there are any questions or comments regarding this solicitation, please contact the Contracting Officer, Catherine Richmond at (703)784-5822 ext.245 or richmondcm@mcsc.usmc.mil . A text copy copy of this announcement can be viewed at the above referenced MCWLRSTA web site. Questions and answers if required will be posted to this site as well. It is the offeror's responsibility to periodically check the web site for information related to this procurement. All requests for hard copies of this solicitation will be disregarded. Posted 04/28/00 (W-SN449816). (0119)

Loren Data Corp. http://www.ld.com (SYN# 0228 20000502\67-0001.SOL)


67 - Photographic Equipment Index Page