SPECIAL NOTICE
14 -- Coastal Defense Capabilities
- Notice Date
- 10/27/2017
- Notice Type
- Special Notice
- NAICS
- 336414
— Guided Missile and Space Vehicle 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-1311
- Archive Date
- 12/15/2017
- Point of Contact
- Karla Logothety, Phone: 7034323120, Margot Haycook, Phone: 7034325922
- E-Mail Address
-
karla.logothety@usmc.mil, margot.haycook@usmc.mil
(karla.logothety@usmc.mil, margot.haycook@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Number: M67854-18-I-1311 Notice Type: Special Notice Date: October 27, 2017 THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. This is Special Notice that includes a REQUEST FOR INFORMATION (RFI). In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information for Solicitation and Planning Purposes (October 1997), this notice is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government contractually for any services or supplies whatsoever. Furthermore, the USMC is not seeking proposals at this time. Respondees are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in a future RFP, if one is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FBO) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 1.0 Background The Marine Corps Operating Concept (MOC) describes, in broad terms, how Marine Corps forces will conduct the range of military operations in accordance with established Title 10 responsibilities. It defines the central problem: " The Marine Corps is currently not organized, trained, and equipped to meet the demands of a future operating environment characterized by complex terrain, technology proliferation, information warfare, the need to shield and exploit signatures, and an increasingly non-permissive maritime domain." And, it affirms "The 21st century Marine Air Ground Task Force (MAGTF) operates and fights at sea, from the sea, and ashore as an integrated part of the Naval force and the larger Combined/Joint force." The MOC posits a role for the MAGTF in Sea Control that " Marine forces can also support sea control through anti-surface warfare missions and counter-fast attack craft/fast inshore attack craft missions..." 2.0 Description Accordingly the Marine Corps is interested in readily available shore-based, coastal defense capabilities designed to provide precision kinetic fires against ships at ranges of 80 miles or greater. Preferred systems would: •· fit within the USMC expeditionary concept to be employable by highly deployable and mobile forces. •· be able to be integrated with U.S. and partner nation weapons, command and control systems and surveillance systems, A complete coastal defense system would be composed of a command and control center, and a surveillance and Over the Horizon (OTH) target acquisition capability, in addition to the kinetic launch system. Provide a short narrative on how the proposed system integrates with USMC systems that provide some or all of these functions. 3.0 Requested Information Information on proposed systems should include an overall description of the system and normal method of employment along with the following technical data in a consolidated section at the unclassified level; range, warhead size, warhead type (unique features), search volume, seeker type, time of flight to 25%, 50%, 75% and 100% of max range, nominal flight profiles, munition cost (indicate annual rate or volume purchase assumptions), any unique targeting data required beyond target ID and location, launch platform (and other supporting vehicles if needed) size & weight, a brief description of embedded system software (to include cybersecurity protection), transportability constraints (C-130, CH-53, LPD-17, etc.), complete system (excluding munition) procurement cost, and estimated sustainment costs (excluding munition). The NAICS Code assigned to this acquisition is 336414, with a size standard of 1,250 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Product Supply Code is 1410. 4.0 Responses Interested parties are requested to submit briefs or white papers to Peter.dowsett@usmc.mil AND karla.logothety@usmc.mil no later than November 30, 2017 3:00 p.m. EST. All correspondence sent via email shall contain a subject line that reads Coastal Defense Capabilities. If this subject line is not included, the e-mail may not get through e-mail filters at Marine Corps Base Quantico. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. All responses must include the following information: Company Name; Company Address; Company Business Size; Commercial Activity Government Entity (CAGE) Code, and POC name, phone number, fax number, and e-mail address. Responses shall not include classified data. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Note that the Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set-Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. 5.0 Industry Discussions PM Fires WEPS representatives may or may not choose to meet with potential respondents. Such discussions would only be intended to gain clarification of respective capability/technology to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this Special Notice shall be submitted in writing by e-mail to the Points of Contact (POCs) listed below. Verbal questions will NOT be accepted. Questions will be answered via the Federal Business Opportunities (FBO) website; accordingly, questions shall NOT contain proprietary or classified information. Contracting Office Address: 2200 Lester Street Quantico, VA 22134 Primary POC: Mr. Peter Dowsett Peter.dowsett@usmc.mil Phone: 703-432-3693 Secondary POC: Ms. Karla Logothety Contracting Specialist Karla.logothety@usmc.mil Phone: 703-432-3616 9.0 Summary THIS IS AN RFI ONLY to identify potential sources capable of providing readily available shore-based, coastal defense capabilities designed to provide precision kinetic fires against ships at ranges of 80 miles or greater. Information provided in the RFI is subject to change and is not binding on the Government. Any information submitted by respondents is voluntary. The USMC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-18-I-1311/listing.html)
- Place of Performance
- Address: 2200 Lester Street, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04725012-W 20171029/171027230757-378c096f930cebbeb4447552a90074a3 (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 |