SOURCES SOUGHT
99 -- Organic Precision Fires - Infantry Light
- Notice Date
- 12/7/2020 1:14:09 PM
- Notice Type
- Sources Sought
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-21-I-1821
- Response Due
- 12/18/2020 9:00:00 AM
- Archive Date
- 01/02/2021
- Point of Contact
- Sovanna Sampels, Phone: 7034323616, Elizabeth I. Colvin, Phone: 7034323590
- E-Mail Address
-
sovanna.sampels@usmc.mil, elizabeth.colvin@usmc.mil
(sovanna.sampels@usmc.mil, elizabeth.colvin@usmc.mil)
- Description
- M67854-21-I-1821 REQUEST FOR INFORMATION FOR ORGANIC PRECISION FIRE-INFANTRY (OPF-I) LIGHT SYSTEM CAPABILITY 1. GENERAL INFORMATION. This Request for Information (RFI) initiates market research under Federal Acquisition Regulation (FAR) Part 10 and shall not be considered as an invitation for bid, request for quotations, request for proposal or as an obligation on the part of the Government to acquire any products or services. Responses to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this announcement, or the Government's use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Government/Marine Corps in further developing its acquisition strategy and statement of work/statement of objectives and performance specifications.�Do not submit classified information as it will not be accepted. � The RFI seeks ideas and information regarding OPF-I Light capabilities for a potential traditional FAR based contract or Other Transaction Agreement for system prototype, with the potential for a follow-on production contract or transaction as permitted by 10 U.S.C. � 2371b. 2. PURPOSE. The Program Manager Fire Support Systems (PM FSS), Portfolio Manager, Ground Combat Element Systems (PfM GCES), Marine Corps Systems Command (MARCORSYSCOM), is requesting information regarding industry's capabilities and related experience providing an individually operated, man portable, anti-materiel, anti-personnel ground launched loitering munition system. Minimum system capabilities should include: a) Full system transportability and set up should be executed by no more than two people in full combat load� b) Interoperable with Government provided controller, radios and antennas while remaining unaffected by Improvised Explosive Devise jammers c) Munition Range of 0 - 20 Km d) Anti-material and anti-personnel capability� e) Capable of swarming f) Endurance: 90mins 3. RFI RESPONSE SUBMISSION. Responses shall be provided in Microsoft Office or Adobe Acrobat format only and are subject to a 15-page total limit. Document formats will contain 1"" margins using a size 12 font. Zip files will not be accepted. Do not submit classified information. Please include the following information in the response: 1. Company information including: a. Organization Name, Address and Point of Contact information b. Data Universal Numbering System Number and Commercial and Government Entity code c. North American Industry Classification System code applicable to this RFI d. Please also indicate whether the company is 8(a) certified, disabled veteran-owned, veteran- owned, woman-owned, Historically Underutilized Business Zone, Native American, or any other Small Business Administration approved designation e. Business Status - Non-traditional Defense Contractor or Traditional Defense Contractor in accordance with 10 U.S.C. � 2371b 2. A White Paper describing capabilities, including: a. System measurement, size, weight, etc. b. Technical and programmatic approach including all relevant data for achieving each capability as listed in Section 2 of this RFI. c. Critical Technology elements d. Technology Readiness Levels (TRL) and Manufacturing Readiness Levels for all system components and subcomponents i. Include detailed description of any development, engineering, or testing required to bring your proposed solution to TRL 7 ii. If not already at TRL 7, include a detailed rough order of magnitude to include all activities described and estimated schedule to accomplish all tasks e. Configuration management of the system and ability to sustain f. List existing contracts/agreements with state and/or Federal Government agencies g. Buy American Act compliance All RFI question and responses shall be submitted electronically via the Department of Defense Secure Access File Exchange (DoD SAFE), https://safe.apps.mil/. The DoD SAFE supports file sizes up to 8 GB. Responses may be submitted as a �guest� for any respondent that does not have a DoD Common Access Card. If submitting as a �guest,� contact the RFI points of contact for the DoD SAFE drop-off code needed for all submissions. The RFI points of contact and recipients of all documents submitted via DoD SAFE are the Contracting Officer, at elizabeth.colvin@usmc.mil and Contract Specialist at sovanna.sampels@usmc.mil. All responses shall reference ""RFI#: M67854-21-I-1821, (Company Name) Response to OPF-I Light RFI�. RFI questions or comments shall be submitted no later than 12:00 PM Eastern time, on Monday, 30 November 2020. The Government intends to respond to as many questions as practical and will provide questions and answers via amendment to this announcement, posted to the Contract Opportunities website (https://beta.sam.gov/). RFI responses shall be submitted no later than 12:00 PM, Eastern time, on Friday, 18 December. 4. PROPRIETARY DATA. The Government may use information received from this RFI to establish future Marine Corps requirements. Vendors deciding to submit competition-sensitive or proprietary information bear sole responsibility for marking the information for appropriate safeguarding. Proprietary information will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) and as implemented in the FAR. NOTICE: The Government uses support contractor/non-Government personnel from Patricio Enterprises, Knowledge Capital Associates, GID Solutions, and their subcontractors as consultants to help collect and review market information. MARCORSYSCOM contractually binds these companies with respect to proprietary information by organizational conflict of interest and non- disclosure clauses. Supporting contractor personnel are procurement officials within the meaning of the Office of Procurement Policy Act (41 U.S.C. 423) and as implemented in the FAR. AMENDMENT 001 (7DEC2020): Attached RFI Questions & Answers, dated 7 December 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/98817ecb320f48359f872ee97a9f3e9e/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN05868389-F 20201209/201207230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |