SOLICITATION NOTICE
23 -- Eye Safe Rangefinder System
- Notice Date
- 1/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnett Avenue Suite 315, Quantico, VA, 22134-5010
- ZIP Code
- 22134-5010
- Solicitation Number
- M7854-02-R-1091
- Archive Date
- 2/18/2003
- Point of Contact
- Mary Lee Schuck, Contracting Officer, Phone 7037844561, Fax 7037844436, - Mary Lee Schuck, Contracting Officer, Phone 7037844561, Fax 7037844436,
- E-Mail Address
-
schuckml@mcsc.usmc.mil, schuckml@mcsc.usmc.mil
- Description
- The Marine Corps Systems Command, Quantico, VA has a requirement to to qualify Foreign Eyesafe Laser RangeFinder(s) (ELRF) for the United States Marine Corps (USMC) M1A1 Tank under the FY03 Foreign Comparative Test Program. This is a synopsis only. Solicitation Number M67854-03-R-6009 will be issued on or about 03 February 2004. The solicitation document will include the provisions and clauses in effect through Federal Acquisition Circular 97-27 and Defense Acqusition Circular 91-13. This action will not be set aside. This will be a full and open competition to be awarded under FAR Parts 12, Commercial Items and FAR Part 15, Negotiated Awards. This document describes the efforts the contractor(s) shall perform during the qualification effort. The SOW includes requirements for modification, testing, documenting and delivery of the ELRF system. The contractor(s) shall ensure that the delivered ELRF systems conform to the requirements of the USMC M1A1 ELRF Performance Specification. The Government will be responsible for supplying any Government Furnished Information/Material (GFI/M). 2.0 Applicable Documents. The following documents form a part of this SOW to the extent specified herein. 2.1 Performance Specifications. USMC M1A1 ELRF Performance Specification. 2.2 Data Item Descriptions. DI-SAFT-80102A, DI-MGMT-81467,DI-NDTI-80566,DI-NDTI-80809B, 3.0 Requirements. 3.1 Technical Requirements. The contractor shall produce/modify the ELRF for the USMC M1A1 Tank in accordance with all the requirements of performance specification. The offeror?s design shall consist of off the shelf components and/or system that may require mechanical and electrical modifications to interface with the Gunner?s Primary Sight of the USMC M1A1. The offerors are responsible for making all the necessary modifications to ensure that their off the shelf ELRF conforms to all the requirements of the performance specification. 3.2 Program Management Requirements. The objective of Program Management under this contract is to provide both the contractor and the Government with the management tools needed to effectively manage the work performed under this contract. 3.2.1 Post Award Orientation. The Procuring or Administrative Contracting Officer (PCO or ACO) shall schedule a Post Award Orientation to be held NLT 30 days after contract award. The purpose of the orientation is to ensure mutual understanding of the contract and all obligations and responsibilities of the contractor and the Government. Also, to review the general approach, assumptions, guidelines, schedule, level of effort, and surface problems and areas that need clarification. 3.2.2 Integrated Product & Process Team (IPPT).3.2.2.1 Integrated Product & Process Team (IPPT) Overview. The Government and contractor shall incorporate an IPPT discipline into the effort. The objective of the IPPT is to implement an open shared data/information environment. The IPPT shall also complete the following additional actions throughout the life of the contract: - Use risk management techniques to document, track and manage program areas of risk - Review/concur in test procedures - Review/concur all Failed Item Analysis Reports - Maintain an aggressive Cost as Independent Variable program 3.2.3 Reports, Reviews, and Meetings. 3.2.3.1 Data Submissions. A complete list of Contract Data Requirements List (CDRLs) requirements is provided in Section J, Exhibit A. The data items shall be submitted to the Government via electronic media. The electronic format shall be compatible with Microsoft Windows 2000 operating system, Microsoft Word 8.0 for text documents, Microsoft Excel 8.0 for spreadsheets, Microsoft PowerPoint 8.0 for graphics presentations. 3.2.3.2 Interim Progress Reviews (IPR). IPRs shall be held once every four (4) months to formally evaluate the progress and direction of the ELRF program. These reviews shall provide a working level forum to identify, discuss, and resolve issues. 3.2.3.3 System Baselines. The ELRF Performance Specifications shall represent the Functional Baseline, which will be maintained by the Government. The Product Baseline shall be established at the successful completion of testing and will be maintained by the contractor. The contractor shall provide, at the next IPPT review after the successful testing, a complete drawing list which reflects the product baseline and includes the drawing revision number and drawing date. 3.4 Quality Assurance. 3.4.1 Test Plan. The contractor shall prepare and submit test plans for concurrence in compliance with the quality validation plan. The final approval of the test plans shall occur forty-five days prior to commencement of the testing. 3.4.2 Environmental Stress Screening (ESS). The ELRF shall be subjected to an environmental stress screening with an appropriate failure free verification period. The contractor shall propose an ESS profile, which is designed to effectively reduce/eliminate workmanship and infant mortality type defects of the system. Causes of ESS failures shall be tracked and investigated for the purpose of continuously improving the screen and the manufacturing processes. 3.4.3 Test (IPT). The contractor shall be responsible for performing the examinations, demonstrations, inspections, and tests necessary to demonstrate compliance with all requirements of the ELRF specification. 3.4.4 Test Report. Upon completion of testing, the contractor shall prepare and submit a Test Report, which shall reflect the results, to include raw data, compiled and calculated data, and conclusions of the testing. The report shall address all testing performed and all failures encountered. All conclusions shall be clearly identified as such and shall be appropriately segregated from the objective results. 3.4.4.1 Failed Item Analysis Reports (FIARs). During testing, the contractor shall prepare and submit a Failed Item Analysis Report (FIAR) covering each failure, as part of the Test Report. The contractor shall prepare and submit a FIAR for each occurrence of a failure (i.e. the same failure of the same parameter on more than one sample during a test shall require a separate FIAR for each failed sample). 3.4.5 Safety. The contractor shall ensure that the ELRF presents no uncontrolled safety hazards to operators or maintainers. 3.4.5.1 Safety Assessment Report (SAR). The contractor shall perform an assessment of the system and document the results in a SAR prepared in accordance with Exhibit (TBD), CDRL Sequence Number (TBD) per DI-SAFT-80102A. All interested and responsible parties shall refer to the Marine Corps Systems Command website at www.marcorsyscom.usmc.mil, Doing Business With Us, Opportunites in order to obtain a copy of the solicitation or or about 03 Feb 2003. There will be no written solicitations available. The MARCORSYSCOM point of contact is Mary Lee Schuck, Contracting Officer and may be contacted at email: schuckml@mcsc.usmc.mil.
- Place of Performance
- Address: 3104 Potomac Avenue, Quantico, VA, , , , , , , ,
- Zip Code: 22134-5010
- Zip Code: 22134-5010
- Record
- SN00234444-W 20030108/030106213455 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |