Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2012 FBO #4010
SPECIAL NOTICE

69 -- Range Training Systems - Draft Section B. - Draft System Specification - Draft SOW

Notice Date
11/14/2012
 
Notice Type
Special Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, Virginia, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-13-R-7803
 
Archive Date
3/29/2013
 
Point of Contact
Reginald Caldwell, Phone: 4073808484
 
E-Mail Address
Reginald.Caldwell@usmc.mil
(Reginald.Caldwell@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work Draft System Specifications Draft Section B. INTRODUCTION The government is issuing this Presolicitation Notice (RFI) as a Full and Open Competition to solicit information for the Marine Corps Systems Command (MARCORSYSCOM) requirement to modernize its training ranges. The NAICS Code is 335999. Marine Corps Systems Command, Program Manager, Training Systems (PM TRASYS) is developing its requirements for Range Training Systems (RTS). The purpose of this Request for Information (RFI) is to gather information to assist PM TRASYS in formulating its requirements and to identify qualified respondents who are able to meet the Government's requirements. PM TRASYS is open to alternative ideas. Respondents are encouraged to provide information about alternatives that can help PM TRASYS better define its requirements and obtain a contract management solution that meets its needs. BACKGROUND The Marine Corps has a current operational requirement to modernize its Range Training Systems with various types of automated and non automated target equipment and simulators as listed in the systems requirements specification. The attached Statement of Work (SOW) defines the tasks to be performed during the production, test, installation, and delivery of the modernization of RTS. The contract awardee will perform a mix of systems and logistics engineering; design, development and systems integration; and, training and installation of the RTS. PURPOSE OF REQUEST FOR INFORMATION This RFI is issued based on FAR Part 15, specifically, 15.201(e) and 15.209(c). The purpose of this RFI is to obtain market information or capabilities for planning purposes. The RFI is to gather information and all information submitted, in accordance with the RFI's requirements, will be reviewed regardless as to whether the submitting entity is a teaming arrangement, individual company, traditional Government contractor, or non-traditional Government contractor. The Government remains open to alternative ideas and considerations; respondents are encouraged to provide information to include alternative methodologies. • Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. • Submitting entities should review FAR 3.104 and FAR subpart 24.2 which sets forth the Government's obligations to protect information submitted in response to this RFI. • Pursuant to FAR 15.201(f), information to be provided by the Government in a public forum to a potential respondent in response to such respondent's request must not be disclosed if doing so would reveal the potential Respondent's confidential business strategy, and is protected under FAR 3.104 or FAR subpart 24.2. (nonetheless, Respondents should properly mark their responses if the information is confidential). • Based on the information received, the Government's intent is to issue an Indefinite Delivery, Indefinite Quantity (IDIQ) Firm-Fixed price single award contract for RTS in accordance with the SOW (Attachment 1). • Performance will be conducted at various government facilities in the United States and overseas and will not be disclosed at this time. The time schedule for contract award and various testing will be disclosed in the Request for Proposal. • Please include sufficient information about the proposed solution which will allow PM TRASYS to determine the relevance to the RFI and the Government's requirements. It is recommended that any testing and evaluation data be included to better assess the solutions addressed. Please specify any facility requirements that are needed for your solution. • The Government is not currently planning a bidder's conference. • There is no restriction on foreign entities proposing solutions. DESCRIPTION OF INFORMATION REQUESTED All Respondents with appropriate products and services relating to the requirements set forth in the Attachment (1) hereto are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities as against the potential requirements, the product's system requirements, the product's integration specification (if available), and any other specific and pertinent information that would enhance the Government's understanding of the information submitted. Also, Respondents with a GSA schedule should provide the contract number of that schedule. We recognize that not all requirements may be met via commercial means. Please indicate in your response which capabilities can be provided via commercial off the shelf versus custom developed solutions. For requirements which are met via commercial off- the-shelf, please also include the product name and part number. DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. HOW TO RESPOND Please submit your response to this RFI via email to Reginald Caldwell at reginald.caldwell@usmc.mil, by Friday, November 30, 2012, at 12:00 A.M. EST. Preferred media is electronic copies in Microsoft Word, Power Point, or Excel. Preferred method of submission is via email. Place of Performance Address: THIS IS A REQUEST FOR INFORMATION ONLY! 12350 Research Parkway, Orlando, FL Postal Code: 32826-3275 Country: United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M67854-13-R-7803/listing.html)
 
Record
SN02930805-W 20121116/121114234642-e60ccfde1c2a834e6adaadb82ca5f1a4 (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.