Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2022 SAM #7643
SOLICITATION NOTICE

84 -- USMC - PC Gen III - Presolicitation Notice

Notice Date
11/1/2022 2:08:35 PM
 
Notice Type
Presolicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-23-R-1007
 
Response Due
11/30/2022 10:30:00 AM
 
Archive Date
11/30/2022
 
Point of Contact
Eric G. Daniels, Elizabeth I. Colvin
 
E-Mail Address
Eric.G.Daniels@usmc.mil, Elizabeth.Colvin@usmc.mil
(Eric.G.Daniels@usmc.mil, Elizabeth.Colvin@usmc.mil)
 
Description
PRESOLICITATION NOTICE This Presolicitation Notice is being posted in advance of the solicitation for the Plate Carrier Generation III (PC Gen III). �Marine Corps Systems Command (MCSC) will release the following solicitation to support the PC Gen III: M67854-23-R-1007: �PC Gen III Information contained in this notice is subject to change.� No proposals are being requested at this time. �No questions are being answered at this time. M67854-23-R-1007: �PC Gen III NAICS 315210, Cut and Sew Apparel Contractors MCSC Program Manager for Infantry Weapons (PM IW), MCSC PM IW, requires a Berry Amendment compliant PC Gen III system in accordance with the PC Gen III Detail Specification file, DTL-17001A0029, dated 1 November 2022. �The PC Gen III system consists of a front and rear outer carrier, front and rear inner carrier, removable chest panel, two inner cummerbunds, two outer cummerbunds, two tube adaptor panels, rear cummerbund adaptor, two side plate pockets, and back harness. �Additionally, two outer cummerbunds with the capability to accept soft armor will be required for the Marine Corps Law Enforcement variant. �Soft Armor Ballistic Inserts are not a requirement for this solicitation. �The Government will provide Soft Armor to be inserted into the carrier as Government Furnished Property to create a complete PC Gen III system. MCSC anticipates a minimum production of 2,000 PC Gen IIIs within six months of contract award.� Estimated maximum production over the five years is approximately 140,000 units, inclusive of PC Gen IIIs, components, and repair kits. The Government anticipates awarding a FFP ID/IQ contract to one offeror that is capable of producing at least 1,500 PC Gen III systems per month (threshold) 90 days after FAT approval and the ability to ramp up to 5,000 per month within 120 days after FAT approval (objective). The ID/IQ contract will cover a five-year period of performance consisting of five one-year ordering periods. The anticipated evaluation factors are as follows: Factor 1 Technical Performance � - Subfactor 1 �� - Design and Workmanship � - Subfactor 2 �� - Manufacturing Factor 3 Past Performance Factor 4 Subcontracting Factor 5 Price Potential offerors are advised that the solicitation is anticipated to require offerors to submit 6 PC Gen III systems as source selection samples (2 Extra Small-Short, 2 Medium, and 2 Extra Large).� The Government is providing the following draft documents as attachments to this presolicitation notice: Statement of Work Detail Specification (DTL-17001A0029, dated 1 November 2022)* Accumark Patterns/Drawings* A First Article Test (FAT) Event Design Plan is not attached to the presolicitation notice. However, the Government will test systems in accordance with Sections 4.2, 4.4, 4.5, 4.6, 4.8 of the Detail Specification during FAT. A Lot Acceptance Test Plan (LAT) is not attached to the presolicitation notice. �However, the Government will test systems in accordance with Sections 4.3, 4.4, 4.5, 4.6, 4.8 of the Detail Specification during LAT. *Potential offerors may request the draft patterns/drawings and Detail Specification file (DTL-17001A0029, dated 1 November 2022) via email from the Contract Specialist, Eric Daniels at Eric.G.Daniels@usmc.mil with a copy to the Contracting Officer, Elizabeth Colvin at Elizabeth.I.Colvin@usmc.mil. The Government may provide additional attachments to the solicitation no later than date of solicitation release. �Interested offerors are advised that attachments included in this announcement, are in DRAFT form and are subject to change.� The final versions of the will be released with the solicitation. The solicitation is anticipated to be issued in December 2022 and will be posted on the SAM.gov website located at the following address: �https://sam.gov/. �Amendments, if any, will be posted at the same location as the original solicitation.� The complete solicitation package, including amendments, should be received and reviewed prior to submitting a proposal.� Those responding to the solicitation have the responsibility to obtain all certifications, amendments and/or other applicable documents. All items, materials, and components thereof submitted in response to the solicitation shall be in full compliance with the Berry Amendment (10 U.S.C. 2533a).� Offerors may be required to provide detailed information certifying compliance.� In order to be eligible for award, interested parties must be registered into the System for Award Management (SAM), http://www.sam.gov. Notice The Government may use non-Government support contractor personnel from Skylla Engineering to assist in collecting and reviewing market information. �Proprietary information submitted in response to this notice will be protected from unauthorized disclosure as required by Subsection 27 of the Federal Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as ""the Act"") as implemented in the FAR.� These companies are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information. �Supporting contractor personnel are procurement officials within the meaning of the Act, and will take all necessary action to preclude unauthorized use or disclosure of Contractor's proprietary data.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97054eb23e494fb8aeaa84c01cdd65dd/view)
 
Record
SN06507395-F 20221103/221101230058 (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 |
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.