Request for Proposal Squad Aiming Laser
ID: M67854-24-R-1011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION (5855)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Marine Corps, is soliciting proposals for the Squad Aiming Laser (SAL) system, with the intention of awarding a single-source Firm Fixed Price, Indefinite Delivery/Indefinite Quantity contract over a 60-month period. The procurement aims to secure a comprehensive laser system that includes equipment, mounting hardware, operator manuals, and ancillary gear, which are critical for enhancing the operational effectiveness of military weapon systems, particularly in conjunction with night vision devices. Interested small businesses must submit their proposals by September 25, 2024, and can direct inquiries to Nate Sudbeck at nathaniel.sudbeck@usmc.mil or Elizabeth Colvin at elizabeth.colvin@usmc.mil. The contract value is anticipated to range from a minimum of $1,000 to a maximum of $249 million, emphasizing the importance of compliance with federal regulations throughout the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines an amendment to a solicitation for the Government Ground Weapons Systems portfolio, specifically for RFP M6785424R1011. The amendment includes the due date for questions, set for August 19, 2024, and establishes submission instructions for proposals due by September 25, 2024. The solicitation seeks proposals to award a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract based on a straightforward evaluation of written proposals. Offerors must comply with detailed proposal preparation instructions, including limits on content and formatting. Key elements include criteria for proposal clarity, completeness, and presentation, with a strict emphasis on adhering to specified page limits. Past performance requirements stipulate recent and relevant experiences while addressing potential organizational conflicts of interest. The document also emphasizes the importance of submitting proposals through the secure filing system by ensuring compliance with requirements around confidentiality and handling unclassified information. Offerors are warned that failure to follow submission criteria may lead to disqualification. Overall, the amendment aims to streamline the solicitation process while ensuring compliance with federal regulations governing procurement.
    The document outlines an amendment to Solicitation M6785424R1011, which involves clarifications and modifications to a government procurement related to spare parts and services for Ground Weapons Systems. Key changes include the addition of CLIN 0009 for spare parts, adjustments to pricing structures, removal of hard copy proposal submission requirements, and revisions to the description in CLIN 0001 concerning operator manual regulations. The amendment also provides detailed instructions for submitting proposals, outlining page limitations, formatting requirements, and necessary documentation for compliance. The competitive procurement aims to secure a single-source Indefinite Delivery Indefinite Quantity (IDIQ) contract that will rely heavily on technical offers, past performance, and pricing strategies. Offerors must adhere to strict submission guidelines, including detailed disclosure of relevant past experiences and the demonstration of an understanding of government requirements. The selection process emphasizes the evaluation of technical approaches and past performance as critical factors, while also considering price as a notable element in the overall value assessment. This amendment exemplifies the structured process typical of government RFPs, ensuring a comprehensive approach to procurement that emphasizes compliance, clarity, and well-defined evaluation criteria.
    The Statement of Work (SOW) for the Squad Aiming Laser (SAL) outlines the requirements for its procurement, delivery, and support. The Contractor must provide comprehensive program management, logistics, and technical documentation to ensure compliance with military standards and performance specifications. Key tasks include developing a management plan, hosting reviews, submitting progress reports, and ensuring systems engineering alignment. The Contractor is responsible for creating technical manuals, conducting training, and maintaining equipment, emphasizing configuration management and quality control. Coordination between the Contractor and Government will involve regular meetings for program reviews and audits. The contract stipulates warranty provisions, including return and repair processes, as well as Interim Contractor Logistics Support (ICLS) for effective long-term maintenance. The SOW reflects the Marine Corps' approach to acquiring advanced military equipment while ensuring performance, safety, and support throughout its lifecycle.
    The document outlines the performance specifications for the Squad Aiming Laser (SAL), a compact aiming, pointing, and illuminating laser system designed for U.S. military weapon systems used in conjunction with night vision devices. The specification details operational characteristics, including the range and output power of visible and infrared lasers, and their performance under various environmental conditions. Additionally, user interface requirements ensure that the SAL can be operated without compromising the natural firing position of Marines. Important logistics, such as battery life and compatibility with various host weapons, are also included, underlining the system's reliability in demanding military scenarios. Verification methods for compliance involve rigorous testing and inspection procedures, ensuring that SAL operates seamlessly in field conditions. The comprehensive specifications facilitate the development and procurement processes within the context of federal RFPs, underscoring the military's emphasis on advanced and reliable optical technologies for operational effectiveness.
    The document is a Past Performance Questionnaire (PPQ) designed for the assessment of contractors by the U.S. Marine Corps. It outlines the procedures for collecting and verifying information regarding a contractor's past performance on relevant contracts. Sections I through III are to be filled by the contractor and then validated by an assessor, who submits the completed questionnaire to the Contracting Office via email. Key components include the solicitation data for the project, current or historical contract information, and assessor information. The questionnaire contains definitions of performance evaluation levels ranging from "Exceptional" to "Unsatisfactory." It guides assessors in evaluating contractors based on criteria including quality of performance, schedule performance, management performance, and cost control. The PPQ aims to establish a contractor's performance history, ensuring that the evaluation encompasses critical aspects of contract execution such as adherence to requirements, schedule management, and cost forecasting. The document emphasizes the need for careful, accurate assessments, with opportunity for feedback and explanations, particularly for ratings that may raise concerns. This process aligns with the larger context of federal government procurement, ensuring that reliable contractors are identified for future government contracts.
    The document outlines a Request for Proposal (RFP) detailing various product offerings related to squad aiming lasers, including lasers, assemblies, spare parts, and maintenance services. It categorizes requests into multiple Contract Line Item Numbers (CLINs), which include standalone products like the Squad Aiming Laser and Laser Assembly, as well as spare parts and maintenance services classified into different repair levels. Each CLIN specifies order quantities and unit pricing based on volume brackets, indicating a tiered pricing strategy. The maintenance CLINs offer repair options at defined price caps tied to the base unit price of the lasers, allowing for different levels of service based on need. This procurement strategy aims to ensure comprehensive support for laser equipment, suggesting a focus on operational readiness and longevity of the assets. As part of federal RFP frameworks, this document plays a critical role in shaping supplier engagement and acquisition processes for necessary military equipment and services.
    The document outlines a series of federal and state/local Requests for Proposals (RFPs) and grants designed to facilitate government projects and funding opportunities. Key topics include eligibility criteria for applicants, project scopes, application processes, funding allocations, and deadlines for submissions. The file emphasizes the importance of compliance with regulatory standards and specific guidelines associated with the various programs. It's structured to present each RFP and grant distinctly, providing details such as program objectives, required documentation, evaluation criteria, and reporting requirements. The document aims to inform stakeholders, including businesses and nonprofit organizations, about funding opportunities available through government initiatives and to ensure that proposals align with governmental priorities. Overall, this compilation serves as a critical resource for entities seeking federal or state support for project development, ensuring that they have a clear understanding of the requirements and expectations involved in the application process. By promoting transparency and accessibility, it reinforces the government's commitment to fostering collaboration with the public sector.
    The upcoming solicitation, M67854-24-R-1011, is for the procurement of United States Marine Corps Squad Aiming Laser (SAL) systems. The government seeks a single award, firm fixed-price IDIQ contract for a five-year period. Offerors will need to demonstrate the capacity to manufacture the required SAL systems in accordance with the Marine Corps' specifications. This 100% Small Business Set-Aside competition will prioritize compliance with the Berry Amendment and may require detailed certification of compliance. The solicitation is anticipated to be released in August 2024, with registration into the System for Award Management (SAM) being a prerequisite for eligibility.
    The document addresses a series of queries related to a government Request for Proposal (RFP) concerning systems utilizing laser technology. It provides detailed clarifications on the requirements specified in the solicitation, such as the inclusion of all necessary parts for the assembly of a SAL (System Aiming Laser) assembly and the conditions under which alternate verification methods may be accepted for testing. The responses confirm that Offerors need not submit hard copies of test data, and clarify that test data is only required when pledging performance against objectives. There are confirmations on the production of operator manuals and specifics about the acceptable battery types. The government also sets firm stances on several requests for modifications to technical specifications, particularly concerning output power thresholds and adjustment accuracy requirements, indicating no willingness to relax these standards. Overall, the document serves to clearly define the expectations and limitations for potential Offerors within the context of the RFP, ensuring compliance with established technical guidelines to meet operational requirements and project objectives.
    The document is a solicitation for procurement by the U.S. Government (SOLICITATION NUMBER: M6785424R1011) for a complete squad aiming laser system and related supplies/services. The offer due date is set for September 25, 2024, with the procurement categorized as a small business set-aside. The solicitation outlines specific requirements for the aiming laser system, including equipment, mounting hardware, operator manuals, and ancillary gear, stating that compliance with the Defense Federal Acquisition Regulation Supplement (DFARS) for item identification is mandatory. The document details multiple items with step-ladder pricing for different quantities and includes a minimum contract value of $1,000 and a maximum of $249 million. Key clauses incorporated cover contractor obligations, inspection terms, and requirements for federal certifications, along with prohibitions against certain telecommunications systems linked to national security concerns. The solicitation structurally includes a schedule for supplies/services, provisions for discount terms, inspection and acceptance criteria, and emphasizes the importance of responsible contracting practices, particularly regarding the use and reporting of covered telecommunications equipment. This document illustrates the government's efforts to ensure quality assurance and regulatory compliance in defense procurement processes.
    The document outlines a request for proposals (RFP) related to the procurement of various laser systems and associated spare parts. It details multiple contract line item numbers (CLINs) including the Squad Aiming Laser, Laser Assembly, and various categories of spare items and repairs. Each CLIN specifies order quantity ranges, unit of issue, and constraints on pricing for repairs (up to 65% of the base unit price). The maintenance and operator spares sections include specific part numbers, supplier codes, and pricing information, emphasizing the need for various components to support equipment functionality. This RFP serves to inform potential suppliers of the requirements and pricing structure, paving the way for submitting competitive bids aimed at ensuring operational readiness for military applications. The structure categorizes items based on their function and includes repair guidelines, reflecting a systematic approach to procurement in compliance with federal regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    Similar Opportunities
    Squad Aiming Laser
    Active
    Dept Of Defense
    The US Marine Corps seeks a single contractor to provide them with Squad Aiming Laser (SAL) systems and related services over a 60-month period. The department, emphasizing operational readiness, requires a range of laser devices and accessories at a fixed price. Contractors must adhere to detailed performance specifications and deliver varying quantities as outlined in the pricing workbook. This procurement process, focused on small businesses, includes rigorous assessments and inspections to ensure the delivery of high-quality, reliable laser systems. Important deadlines include a post-award conference within ten days of the contract award and a submission deadline expected in June. Contact Nate Sudbeck or Elizabeth Colvin for more information.
    10--SNIPER RIFLE TRIPOD
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 103 units of the Sniper Rifle Tripod, identified by NSN 1005017027501. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and includes a guaranteed minimum quantity of 15 units. The items are critical for military operations and must adhere to specific source-controlled drawings, with the approved source being 4RY43 RRS-9000059. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    Mobile Marksmanship Training Simulators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of two Laser Shot Mobile Marksmanship Training Simulators, under solicitation number W912TF-24-Q-0021. This opportunity is a total small business set-aside, emphasizing the need for qualified vendors to provide the specified brand name simulators, which are crucial for enhancing training efficiency for military personnel. Interested parties must submit their quotes by 4:00 PM EST on September 18, 2024, and all inquiries should be directed to Corey Caza and Matthew Lapointe via email, ensuring compliance with the outlined provisions and clauses. Registration with the System for Award Management (SAM) is required for eligibility.
    Reticle Assembly, Optical Instrument
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking potential sources for the procurement of Reticle Assembly, Optical Instrument, specifically for military vehicles including the M109A7/M992A3 and Bradley A4. The requirement includes a basic quantity of 174 units, with a 100% option for additional units, and emphasizes that this is a Sources Sought Notice rather than an open solicitation for bids or proposals. Suppliers interested in this opportunity must undergo qualification testing to gain source approval, which allows them to compete in future solicitations but does not guarantee business. Interested parties should contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203, with responses due by September 30, 2024.
    Vexlum SHG Laser
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Vexlum OY of Tampere, Finland for the procurement of Vexlum SHG Laser. This laser, known as VALO SHG SF – Visible single-frequency VECSEL, is used for specific applications in the field of semiconductor devices and associated hardware. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement within 5 calendar days of the publication of this notice.
    Notice of Intent to Sole Source Continuously Tunable Ultrashort Pulsed Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center's Geospatial Research Laboratory (GRL), intends to procure a Continuously Tunable Ultrashort Pulsed Laser from Coherent, Inc. on a sole source basis for the ELS3D project. The laser must meet stringent specifications, including a tunability range of 600 nm to 2600 nm, pulse width of less than 1 picosecond, and the capability for future modular expansions to achieve wavelengths from 210 nm to 16 microns. This advanced laser system is critical for enhancing the GRL's experimental capabilities in photonics, ensuring high efficiency and performance. Interested vendors are invited to submit capability statements by September 20, 2024, to Anna Crawford at Anna.Crawford@usace.army.mil, as this notice is not a request for competitive proposals.
    4kw Laser Cutting System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a new 4kw Laser Cutting System to be installed in Building 134 at the Anniston Army Depot in Alabama. The system must be a fully integrated, computer numerical control (CNC) laser cutting machine capable of cutting Inconel and Mica sheets, with specific requirements outlined in the Statement of Work, including safety and environmental compliance measures. This procurement is critical for enhancing operational capabilities within the facility, ensuring adherence to federal guidelines and safety standards. Interested contractors should submit their proposals by September 18, 2024, at 10:00 AM CDT, and may contact Johnny Stewart II at johnny.stewart2.civ@army.mil or Sonja L. Freeman at sonja.l.freeman.civ@army.mil for further information.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    5.56mm Long Range Ammunition
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting proposals for the procurement of 5.56mm Long Range Ammunition (MK262 MOD 1). This acquisition is aimed at fulfilling various military requirements and includes comprehensive specifications for manufacturing, testing, inspection, packaging, and documentation of the ammunition. The procurement is particularly significant as it supports the operational readiness of U.S. military forces while promoting small business participation, including service-disabled veteran-owned businesses. Interested vendors must submit their proposals by September 19, 2024, and can direct inquiries to Shawna Gainey at shawna.y.gainey.civ@us.navy.mil or Leslie Graber-Heshelman at leslie.a.graber-heshelman.civ@us.navy.mil for further information.
    12--RETICLE ASSEMBLY,OP
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 49 units of the Reticle Assembly, OP, under solicitation number NSN 1240017012910. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses have the opportunity to participate in government contracting. The Reticle Assembly is a critical component used in fire control equipment, highlighting its importance in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is expected within 165 days after order, and all responsible sources are encouraged to participate.