Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
SOURCES SOUGHT

10 -- Sniper Range Finder Repair Services

Notice Date
4/18/2018
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-18-I-1365
 
Archive Date
5/25/2018
 
Point of Contact
Jaime Arias, Phone: 7034324899
 
E-Mail Address
jaime.arias@usmc.mil
(jaime.arias@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Sniper Range Finder/I-CUGR Repairs and Parts PURPOSE: Marine Corps Systems Command (MARCORSYSCOM) is conducting market research for the procurement of a repair contract to include repair parts for the Integrated Compact Ultralight Gun-mounted Rangefinder (I-CUGR) manufactured by Safran Optics 1. The Government intends to issue a service contract for 1-2 years. System Description The I-CUGR is a small, lightweight, and rugged weapon-mounted laser rangefinder with integrated illumination and aiming lasers that give the ability to quickly range targets. Background The Marine Corps is in the process of procuring the Safran Optics 1 I-CUGR and would like to have a repair contract established to perform repairs to include providing repair parts. RESPONSES: Responses should address the ability to perform every type of repair needed and to provide all parts required to perform all levels of repair on the I-CUGR. Required maintenance shall sustain equipment by performing major repair, overhaul, or complete rebuild of parts, sub-assemblies, assemblies or principle end items to include manufacturing parts and conducting required modifications, laser alignment, laser power measurements and adjustments, software version management updates, testing, calibrating, and reclaiming. The responder shall have the means to identify a warranty and non-warranty repair. Responders shall have the capability to conduct non-warranty repairs that will not void the Original Equipment Manager's (OEM) warranty. Responders shall have a plan for having warranty repairs conducted. Please provide your solution for having warranty repairs conducted. The responder shall be able to receive, inspect, conduct tests and failure analysis and/or isolate each I-CUGR to determine the specific work required to restore the I-CUGR to an operational condition or recommend condemnation. The responder shall be able to repair the I-CUGRs that do not exceed the one time repair cost and parts price threshold (65% of the new I-CUGR price). I-CUGR units that exceed these thresholds will be considered Beyond Economical Repair (BER). The responder shall be responsible for the procurement actions for all spare and repair parts required to accomplish the work required to conduct non-warranty repairs. All parts and materials used during the repair process shall meet or exceed the original specifications and technical data requirements. The responder shall be able to replace all damaged markings, identifications, and decals when the markings, identifications, or decals become unreadable. The responder shall have the ability to restore any damage to protective finishes to the extent necessary to provide adequate protection during field usage, corrosion prevention and structural integrity. INSTRUCTIONS: • There are no page limits for this Request for Information (RFI). • Cover Page should include: o Company name o Point of Contact information o Business Size Status o DUNS number and CAGE code o Any Government ordering vehicles (GSA, DLA, SeaPort-e, etc.), if applicable • Provide a capability statement for each of the parts on the organization's ability to procure or produce the parts sought. • Responses should also address commercial availability of product(s), and under which definition of FAR 2.101 of commercial item would apply. • Microsoft Word or Adobe Acrobat formats are preferable. • Please email responses less than 5MB to the POC below and submit responses over 5MB on CD via USPS or another delivery service. Provide at least 24 hours' notice for hand deliveries. The Government highly discourages submitting proprietary or business sensitive information. Responders submitting proprietary or business sensitive information bear the sole responsibility for any required markings. The Government may use contractor support to help review responses. The Government will not provide feedback to any vendor regarding individual capabilities in response to this RFI. Please submit any questions or comments directly related to this RFI via email NLT 1600 EST on 26 April 2018. Responses to this RFI are due by 1300 EST on 10 May 2018. Point of Contact: Jaime Arias Contract Specialist 2200 Lester Street Quantico, VA 22134 Ph. 703.432.4899 jaime.arias@usmc.mil THIS IS A REQUEST FOR INFORMATION ONLY: This notice constitutes no obligation on behalf of the Government to issue a solicitation. MARCORSYSCOM is neither seeking proposals nor accepting unsolicited proposals at this time. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. See FAR 52.215-3, Request for Information or Solicitation for Planning Purposes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-I-1365/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04894281-W 20180420/180418231122-214c030acb9f706b352f436c22af8d87 (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.