SOLICITATION NOTICE
58 -- Micro Terrain Surveillance Capability (MTSS)
- Notice Date
- 2/18/2009
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785409R7031
- Archive Date
- 3/18/2009
- Point of Contact
- Sonia Guerrero 703-432-4188
- Small Business Set-Aside
- N/A
- Description
- The Marine Corps Systems Command (MARCORSYSCOM) intends to issue a full and open competitive solicitation to provide company-level units an organic ability to observe key lines of communications (LOC), micro-terrain choke-point and critical areas of interest through a system of video surveillance cameras, Command and Control (C2) and monitoring stations and supporting communications assets. This capability must blend into the indigenous environment and provide remote, unmanned continues video observation unrestricted by weather and fatigue. This system must have the capability to deliver real-time data to a monitoring station via a Radio Frequency (RF) path, the monitoring station must have the capability to store, retrieve and forward any date received to higher and adjacent commands via organic communications systems. The requirement's estimated minimum and maximum ordering units are a minimum of five (5) and maximum thirty-five (35) systems to be used at Infantry ! and Reconnaissance Battalions respectively. All acquired systems will be delivered to continental United States government sites for system content/operation testing before being shipped via United States Marine Corps (USMC) conveyance for ultimate use in Iraq and/or Afghanistan. Related assembly/disassembly, systems operations/use, and USMC-assisted sustainment support training will be included. Contractor will be required to have an authorized/accountable Field Services Representative in-country(s) to manage its performance, coordinate training, other support needs, and manage spare/replacement part provision. Market research has shown that there are several companies that can easily meet the 'performance specifications' the USMC is looking for and that there are alternate solutions that have the potential for meeting the USMC capability. The contract awarded under this action is expected to be a 5 year Firm Fixed Price (FFP), Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a maximum value of approximately $28 million. The Government's release date of the solicitation is projected for end of March or early April 2009. All terms and conditions will be identified in the solicitation. The solicitation will be available to interested parties through the Navy Electronic Commerce Online (NECO) website (http://www.neco.navy.mil). It is the responsibility of the interested parties to independently watch the website for updates to any and all documents. Potential Offerors are responsible for downloading their copy of the solicitation and amendments, if any. A written solicitation and amendments will not be issued. In order to be eligible for award, interested parties must be registered into the Central Contractor database (CCR). The website for CCR is http://www.ccr.gov PLEASE DO NOT CALL THE CONTA! CT POINT LISTED ABOVE. A due date for questions and/or clarification will be included into the solicitation. NO TELEPHONIC RESPONSES WILL BE ACCEPTED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=59a9d8d23328cdc09b0280b766355c6b&tab=core&_cview=1)
- Record
- SN01752581-W 20090220/090218220357-ce6249c035043ad1970981e416556811 (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 |