COMMERCE BUSINESS DAILY ISSUE OF JULY 17, 2001 PSA #2894
SOLICITATIONS
10 -- WEAPON NIGHT SIGHT FOR THE SMAW, MEUSOC PISTOL, AND M4 RIFLE CALLED THE MARINE TARGET ACQUISITION SET (MTAS) CONSISTS OF AN INTEGRATED LASER LIGHT MODULE (ILLM) AND A SEPARATE LIGHT ONLY MODULE (LOM).
- Notice Date
- July 13, 2001
- Contracting Office
- Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010
- ZIP Code
- 22134-5010
- Solicitation Number
- M67854-01-R-1099
- Response Due
- August 6, 2001
- Point of Contact
- Mr. David R. Marr contact via e-mail only at marrdr@mcsc.usmc.mil
- E-Mail Address
- click here to contact Marine Corps Systems Command (marrdr@mcsc.usmc.mil)
- Description
- Item 0001 (FY01) and Items 0002 (FY02), 0003 (FY03) are for the Marine Acquisition Set (MTAS) which consists of an Integrated Laser Light Module (ILLM) and a separate Light Only Module (LOM). Both modules along with operator's manual and carrying case are to be provided as a set, quantity of 1,000 minimum and 6,000 maximum. An Indefinite-Delivery Indefinite Quantity contract is anticipated for this purchase. The contract ordering period will COVER approximately 25 months from date of award. The agency authorized to place delivery orders against this contract is the Marine Corps Systems Command. The Government will place delivery orders against this contract using DD-1155 format. Deliveries shall be FOB Destination to the addresses specified in each delivery order. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This solicitation number is M67854-01-R-1099 and is issued as a Request for Proposal (RFP). The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-2, Evaluation-Commercial Items (JAN 99) Addendum to FAR 52.212-2 is as follows: Paragraph (a) is modified as follows: (a) 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: Technical Capabilities, Past Performance and Price. Each offeror is required to submit three (3) product samples by the closing date of this solicitation. Product samples shall be evaluated to determine compliance with salient characteristics; consideration shall be given to value added features over and above these salient characteristics. Each offeror is required to submit a list of its three (3) most recent customers for the same or similar item (include the name, address, contract/order number and phone number for two points of contact for each reference). The Government may evaluate an Offeror's past performance based upon the information furnished by the offeror, or other information that is reasonably available, including information not provided by the offeror. Offerors who do not have other past performance information reasonably available to the Government will not be rated favorably or unfavorably on past performance. The Technical Capabilities Factor is more important than the Past Performance Factor. Both the Technical Capabilities and Past Performance Factor are significantly more important than the Price Factor. Offerors are to include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications Commercial Items (DEC 2000) with their offer. The following clauses apply (some are amended herein to provide appropriate fill-in information): FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 1999); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (APR 1998); FAR 52.216-18, Ordering (OCT 1995) amended as follows: paragraph (a) Such orders may be issued from date of award through September 30 2003. FAR 52.216-19, Order Limitations (OCT 1995) amended as follows: a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 100, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 3,000; (2) Any order for a combination of items in excess of 3,000 units or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. FAR 52.216-22, Indefinite Quantity (OCT 1995). Product Description: The USMC intends to procure a Marine Target Acquisition Set (MTAS). The MTAS consists of an Integrated Laser Light Module (ILLM) and a separate Light Only Module (LOM). Both modules, along with operators' manuals and ancillary items, are to be provided as a set. The Integrated Laser Light Module (ILLM) shall be AN/PEQ-6 or equal, with the following salient characteristics: 1. ILLM Threshold: The module is used to acquire and engage with small arms weapons in close quarters combat engagements, with the Shoulder-launched Multi-purpose Assault Weapon (SMAW), and for command and control at the squad level. 2. ILLM Threshold: The ILLM shall have a single, multi-functional configuration including infrared aimer, infrared illuminator, visible aimer, and flashlight. 3. ILLM Threshold: The ILLM shall be attachable/detachable to a military standard 1913 (Picatinny) tactical rail, (SMAW, MEUSOC pistol, M4) and to the trigger guard (M9) in less than 30 seconds. No tools shall be required to attach or detach. 4. ILLM Threshold: The ILLM shall have a weight, in grams, including batteries and mounting hardware, not exceeding, 200 threshold 150 objective 175 standard 5. ILLM Threshold: The ILLM shall be marked with a unique serial number. 6. ILLM Threshold: The ILLM shall be classified and labeled by the manufacturer in accordance with CFR Title 21, part 1040.10. 1. ILLM Objective: The ILLM shall be operable by means of an integral paddle switch. When mounted on a pistol the paddle shall be positioned below the trigger guard enabling fingertip operation with either the firing hand or the supporting hand. The paddle switch shall be operable by either left or right hand shooters. A remote switch capability shall be available for use at the operator's discretion. 2. ILLM Objective: The ILLM width, length, and height shall not exceed 4 inches in length X 2.25 inches in height X 2 inches in width not including the paddle switch. The overall length including the integral paddle switch shall not exceed 4.5 inches. 3. ILLM Objective: The ILLM shall be capable of the following operational modes: a. Off b. Visible laser aimer only c. Visible laser aimer and visible flashlight d. Visible flashlight only e. IR laser aimer only f. IR laser aimer and IR illuminator 4. ILLM Objective: The ILLM shall use DL 123A 3-volt DC lithium batteries. 5. ILLM Objective: The ILLM shall sustain submersion at two atmospheres (66 feet under sea water, 30 +/- 2 psi) for a minimum of 120 minutes whether attached or detached from a weapon without degradation in performance. 6. ILLM Objective: The visible and infrared aiming lasers of the ILLM shall be adjustable for azimuth and elevation, providing a minimum of +/- 30 cm of horizontal and vertical deflection at 25 meters. 7. ILLM Objective: The ILLM shall retain a post-firing zero position after discharging 300 rounds of standard issue 5.56, 45cal, 9mm ammunition, and 10 HEDP (HX05) SMAW rockets. 8. ILLM Objective: The laser emissions of the infrared aimer shall not exceed Class I. The visible laser shall be Class IIIA or less, with output power not exceeding 5.0 mW. The Light Only Module (LOM) shall be M3 or equal with the following salient characteristics: 1. LOM Threshold: The LOM shall produce a minimum of 75 lumens light output. 2. LOM Threshold: The LOM shall be attachable/detachable to a military standard 1913 (Picatinny) tactical rail, (SMAW, MEUSOC pistol, M4) and to the trigger guard (M9) in 5 seconds or less. No tools shall be required to attach or detach. 3. LOM Threshold: The LOM shall use DL 123A 3-volt DC lithium batteries. 1. LOM Objective: The weight of the LOM is 100 grams with the batteries installed. 2. LOM Objective: The LOM has an integral switch positioned in front of the trigger guard. Movement in one direction shall cause the light to turn on momentarily and turn off when finger pressure is released. Movement of the switch in the other direction shall cause the light to latch on and remain on even when finger pressure on the switch is removed. Distinct reverse pressure on the switch is required to turn off the unit after being latched on. 3. LOM Objective: The LOM shall operate for a minimum of one hour without changing batteries. LOM: Dimensions are, in inches, length: threshold 4.0, objective 3.0, standard 3.5; height: threshold 2.0, objective 1.25, standard 1.55; width. threshold 1.8, objective 1.5, standard 1.60. Offerors are limited to 25 pages on the offeror's ability to meet the salient characteristics, to include past performance and pricing data. The USMC desires pricing data for quantities of units 1-1500 and for 1501-3000 for each of the FY line items. Manufacturing capacity must also be addressed, in terms of numbers of sights that can be produced in a month. Any brochures, test data or other information provided must be provided in a CD ROM. Offers and MTAS samples are to be received at Marine Corps Systems Command (attn. SSgt Shire) Ordnance Testing Facility, 3228 Boat Dock Circle Quantico, VA 22134, by 6 August, 2001 at 1600 (4 pm) local time (EST). The Marine Corps will test the samples and evaluate the offers and make award in late August or early September 2001. Please no Facsimiles or e-mail responses. All questions are to be directed to Mr. David R. Marr via e-mail at marrdr@mcsc.usmc.mil. All responsible sources may submit an offer that shall be considered by this agency.
- Record
- Loren Data Corp. 20010717/10SOL002.HTM (W-194 SN50R8A6)
| 10 - Weapons Index
|
Issue Index |
Created on July 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|