Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2008 FBO #2357
SOLICITATION NOTICE

A -- Tactical Video Recorder System

Notice Date
5/8/2008
 
Notice Type
Presolicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
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
M6785408R1093
 
Response Due
6/23/2020
 
Point of Contact
Edna McKellery 703-432-3716 Donald Saunders703-432-3740
 
Small Business Set-Aside
Total Small Business
 
Description
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. The Marine Corps Systems Command (MCSC) plans to procure a tactical scope viewing video recording system. The scope viewing systems shall consist of high resolution Complimentary Metal-Oxide Semiconductor cameras that attach to a Rifle Combat Optic, (AN/PVQ-31A/B); Scout Sniper Day Scope (SSDS), Thermal Weapons Sight II (AN/PAS-13D), or Mini-Night Sight (AN/PVS-17B&C), AN/PVS-14 capturing video of a shooters Field-of-View. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is advantageous, thereby representing the best value to the Government price and other factors considered. The following factors will be used to evaluate offers, the non-price factors are equal in importance, and when combined are more important than price. However, price shall be evaluated for reasonableness. Offerors shall submit, as part of their proposal, samples of their solution video recording systems. Samples submitted shall become the property of MCSC. This is a FAR Subpart 15.101, lowest price technically acceptable two-phased procurement. Phase I Primary Characteristics (Go/No-Go Criteria). During Phase I, the Government will perform technical acceptability testing on each proposed video recording system. Offerors are cautioned that Factors 1, Subfactors 1a 1c, Factor 2, Subfactor 2a, and Factor 3 are go or no-go constraints that establish the requirements of acceptability. If the product offered fails the Governments requirements of acceptability, the offeror will be eliminated from the competition. Factor 1 Technical Capabilities: Video system must be a protable battery operated device. Subfactor 1a) video cameras must attach securely to each of the five (5) scopes identified above; Subfactor 1b) system must capture and record data as it is seen from within a shooters scope, Subfactor 1c) when the (5) scopes above are in use, the system must not obscure a shooters Field-of-view. Factor 2 Digital Format: the system must be capable of connecting a digital recorder to the camera, while engaged; Subfactor 2a) the standard video signal, (RS-170) must be used to record all captured data. Factor 3 Storage - system must have a minimum storage capacity of 2 gigabyte. Phase II Price Lowest Price Technically Acceptable (Source Selection Criteria). During Phase II, the Government will evaluate price proposals of those offerors whose video recording systems that received a Go during Phase I; no other offers will be considered. Factor 4 Price, Award shall go to the offeror whose price, when evaluated, is considered to be the lowest priced offer. The step-ladder quantities for the Base Year CLIN, Option Year 1 CLIN, and Option Year 2, CLIN, will be provided to all offerors whose product received a Go rating during Phase I. This procurement shall be prepared in accordance with the format in FAR Part 12, and in accordance with Simplified Acquisition Procedures, FAR 13.5 Test Program for Certain Commercial Items, utilizing the evaluation procedures of FAR Part 15. The resulting contract shall be a Firm-fixed-priced, Indefinite-delivery, Indefinite-qantity contract. The period of performance shall be for one year and two (2) one-year optional periods. This is a total Small Business Set-aside under NAICS code of 423410, size standard of 100, is the maximum number of employees a firm may have to qualify as a small business. The following Federal Acquisition Regulation (FAR) clauses are hereby incorporated by reference into this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items, (SEP 2006), FAR 52.212-2 Evaluation-Commercial Items, (JAN 1999), FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (FEB 2007), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, (JUN 2007). Additional clauses that apply to this procurement area; FAR 52.216-18 Ordering, (Oct 1995), Ordering Limitations, (OCT 1995), FAR 52.216-22, (OCT 1995), Indefinite Quantity, FAR 52.217-9 Option to Extend the Term of Contract, and FAR 52.219-6, Notice of Total Small Business Set-Aside, (JUN 2003). All responsible sources may submit a proposal that will be considered. Proposals are due on June 23, 2008 at 1:00 PM EST to US Marine Corps Systems Command, IWS CT, 2200 Lester Street, Quantico, VA 22134-6050. Marked with the RFP number, and sent to the attention of: Mr. Donald W. Saunders. Point of Contract: Edna McKellery, 703-432-3716; edna.mckellery.ctr@usmc.mil. Step-Ladder Evaluation: The following sample demonstrates the step-ladder evaluation method: The price for each CLIN step-ladder quantity (e.g. $2,500) shall be multiplied by the maximum quantity in that respective range (e.g. 20), and by the weighted percentage of the total amount (e.g. $50,000.00/$590,000.00 = 8.4%) to determine the incremental weighted unit price (e.g. $210.00). The incremental weighted unit prices (e.g. $210.00 + $358.80 + $449.40 + $490.20 +$489.60) shall then be summed to yield a final mid-point weighted average price (e.g. $1,998.00). The evaluated price for each CLIN is the final mid-point weighted average price multiplied by the maximum quantity for the CLIN (e.g. $1,998.00 x 100 = $199,800.00). The total evaluated price for each offer will be determined by adding the total evaluated prices for the Base Year CLIN + Option Year 1 CLIN + Option Year 2 CLIN. Sample Step-Ladder CLIN Evaluated PriceRangePriceAmountWeighted PercentageMid-Point WeightedAverage Price120$2,500.00$50,000.008.4%$210.002140$2,300.00$92,000.0015.6%$358.804160$2,100.00$126,000.0021.4%$449.406180$1,900.00$152,000.0025.8%$490.2081100$1,700.00$170,000.0028.8%$489.60Totals$590,000.00100%$1,998.00$1,998.00 x 100 = Total Evaluated Price
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f35c3a9403536cd350803d4e330ce270&tab=core&_cview=1)
 
Record
SN01569315-W 20080510/080508220503-f0c15e29ba05a28688afeaea8debead2 (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.