Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

16 -- FIREX Mission Support, Unmanned Aerial Target, Lighting Sets

Notice Date
3/20/2008
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG08T9900A
 
Response Due
3/26/2008
 
Archive Date
5/25/2008
 
Point of Contact
hester.stone, 915-568-7360
 
E-Mail Address
Email your questions to ACA, Fort Bliss
(hester.stone@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number, W911SG08T9900A, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-22. This acquisition is set-aside 100% for small business using North American Industry Classification System (NAICS) code 336413. The prospective contractor is to quote on supplies for CLIN 0001 FIREX Mission suppport, C LIN 0002  Unmanned Aerial Targets, and CLIN 0003-Lighting Kits for Night Misisons. CLIN 0001- 12 MISSIONS. FIREX Mission Support  The contractor shall provide one (1) crew leader and 2 crew members, per mission, to conduct flight operations in suppor t of a LFX in accordance with local range operation procedures. Total Missions equal 12. Each mission time period will consist of five (5) days. The contractor shall provide all labor, materiall, and administrative costs to support and perform 12 missi ons tasks supporting the Live Fire Exercise (LFX). The contractor shall provide Ground Station Equipment for the conduct of the exercise. This system consists of the following items: 1-Futaba 9CAP Super Radio Transmitter on radio frequency of 72 MHz (h and held device 6 inch x 6 inch x 3 inch), 1-CC21 Flight Control Binocular Platform (stationary platform 4 ft diameter x 5 ft tall), 1-set of Short Range Radio System (hand held walkie talkies) (this list consists of all the components required to operate the aircarft by radio control). The contractor shall provide a Mission Operations Report for each mission. The contractor shall provide a status of Government Furnished Equipment, if any required or used. The Government Furnished Equipmenet for each Mis sion is the AT23 Bandit Unmanned Aerial Target. CLIN 0002: 300 each -Unmanned Aerial Target (UAT). AT-23 BANDIT Unmanned Aerial Target (UAT). Wing span 145/ length 146 / weight 72 lbs dry..Power plant---134 CC Gas 2-cycle engine. Cruise Speed 70-120 mph average with 134 CC Power plant. Maximum average speed of 170-180 mph with larger Power plant. Loiter Speed - variable from 25-40 mph. Average flight duration at maximum speed is approximately 30 minutes per-gallon of fuel, up to 45 minutes at loiter spe ed per gallon..Maximum Proven Range of Operation of the line of sight 72 MHz Radio..Controlled Version 3000 - 4500 meters..AT-23 Bandit Over the Horizon autonomous version available..Standard unit is launched using the ACM LS-1 Catapult Launch System. (see :ACM LS-1 Launcher System for details)..Optional landing gear (LG23) package will allow conventional takeoff and.landings on concrete, asphalt or manicured grass runway (slightly.more runway required for thick grass or undeveloped runway conditions).Typica l fuel capacity - one gallon (maximum capacity of up to 3 gallons). All composite construction. One piece wing section/One piece fuselage. Can be completely pre-assembled ready to fly in 15-20 minutes. All components are fully molded. A full line of replac ement parts are available and are completely. Interchangeable, and need no modifications. Payload capacity of 25-30 lbs. using larger power plant. Verified radar cross section of nearly one square meter. Optional Luneberg Lens available to enhance radar cr oss section to the.customers specific requirements. Standard equipment onboard device provides infrared temperatures of over 1450o F (approx 800 Co). Custom modifications, enhancements, or attachments can be designed to suit your particular application. The ACM AT-23 BANDIT is a versatile aerial platform and can be used in a variety of applications. It was designed and developed as an inexpensive Line of Sight Training Tool for Radar, UAV or Passive Infrared Targeting Systems on GTA/ATA Missiles or Close In Weapon Systems (CIWS). CLIN 0003- 20 each, Lighting Kits  for night missions. Modified lights sets that are attached to specific locations on the Unmanned Aerial Target (UAT) to present a perceived heat and light source that allow air defense systems to track and engage aircraft operating at night. Light sets consist of automotive LED lights (5 per target), a 12 volt gel battery pack designed and modified f or use in this application. 20 ft of wire engineered to meet specific weight requirements that facilitiate the night flying and engagement of UATs. Kit contain high intensity L.E.D. Lighting capsules are in FAA regulated colors, Red, Green, and White. A ssembled with a 22 gauge lighting wire and connectors soldered to the wire to prevenet loss of power in flight. Payload is designed to be visible from a distance of over three (3) miles by an operator on the ground using radio control transmitter to fly a n aircraft in the dark of night. Period of performance: 3 April 2008 through 29 March 2009. The items are required no later than 3 April 2008. Place of delivery is 6th Air Defense Artillery Brigade, Building 2527 Chaffee Road, Fort Bliss, TX 79916. Point of Contact for delivery coordination is WO1 Woodberry, 915-568-1506, email: willie.woodberry@us.army.mil or SFC Gilliam, email: leonard.gilliam@us.army.mil, phone: (915) 568-6972. The following FAR and DFAR clauses and/or provisions apply to thi s solicitation: 52.212-1, 52.252-2, 52.212-2, 52.212-4, 52.212-3, 52.212-5, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, 52.22-35, 52.222-50, 252.212-7001, 252.232-7003, 252.232-7010. The full text of a clau se or provision may be accessed electronically at this address: http://farsite.hill.af.mil. Vendors shall include with their quote a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Vendors must be r egistered in the Central Contractor Registration (CCR) database to receive award. FOB Destination (Fort Bliss, TX 79916-6812). Quotes are due by 3:00 PM MST, 26 April 2008. Quotes shall be submitted electronically to hester.stone@us.army.mil or at mail ing address Directorate of Contracting, 1733 Pleasanton Road, Fort Bliss, TX 79916-6812. Point of contact for further information is Ms. Hester Stone, email hester.stone@us.army.mil or Mrs. Dorothy Dailey, email dorothy.dailey@us.army.mil. Any amendmen t will be publicized in the same manner as this combined synopsis/solicitation.
 
Web Link
Directorate of Contracting, Fort Bliss, TX
(http://www2.fbo.gov/spg/USA/DABK/DABK05/W911SG08T9900A/hester.stone@us.army.mil)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01537570-W 20080322/080320233603 (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.