SOLICITATION NOTICE
69 -- WIRELESS TARGETS
- Notice Date
- 8/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333518
— Other Metalworking Machinery Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-10-T-0250
- Archive Date
- 9/15/2010
- Point of Contact
- Ana M Diaz, Phone: 757-893-2722
- E-Mail Address
-
ana.diaz@vb.socom.mil
(ana.diaz@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation number is H92244-10-T-0250. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure Portable and Wireless Acoustically Scored Marksmanship Targets. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 July 2010. This procurement is 100% small business set-aside and the associated NAICS code is 333518 with a standard business size of 500 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Portable and Wireless Acoustically Scored Marksmanship Targets in accordance with the attached statement of work. QUANTITY 2 EA. Option CLIN 1001 Portable and Wireless Acoustically Scored Marksmanship Targets in accordance with the attached statement of work. QUANTITY 1 EA. Option CLIN 2001 Portable and Wireless Acoustically Scored Marksmanship Targets in accordance with the attached statement of work. QUANTITY 1 EA. Section C Description and Specifications PORTABLE AND WIRELESS ACOUSTICALLY SCORED MARKSMANSHIP TARGETS STATEMENT OF WORK SOW PART A-GENERAL INFORMATION A.1 INTRODUCTION This requirement is for the design, fabrication, delivery and set up of wireless marksmanship targets that provide automatic scoring and shot placement to the shooter. A.2 BACKGROUND The Portable and Wireless Acoustically Scored Marksmanship Targets are to be utilized on an oceanfront range for long distance precision shooting by personnel conducting research, development, testing and evaluation of emerging technology. The range provides shooting stations out to 700 yards. The range is shared b several users, target equipment cannot be left on the range overnight. A.3 SCOPE OF WORK The purpose of this requirement is to design, fabricate, and deliver a light weight, portable, wireless target system that provides a shooter the location of bullet impacts on the target via a wireless monitor. The system shall consist of three lanes with three wireless targets in each lane, for a total of nine targets and three wireless lane monitors. SOW PART B-WORK REQUIREMENTS B.1 TARGET ASSEMBLIES B.1.1 Target surface/detection area shall be a thirty six (36) inch square. B.1.2 Target frames shall be fabricated from extruded aluminum stock that is readily available from Commercial off-the-shelf (COTS) sources. Frame sections shall be capable of replacement with hand tools and not require welding. B.1.3 Targets shall have two legs approximately 18 inches long, that can be inserted into previously installed tubing/pipe (at various distances on the range) that allows the target to remain in an upright position. It is acceptable for the legs to be an extension of the target frame sides. B.1.4 Target face/back shall be constructed from white ethylene propylene diene monomer (EPDM) rubber with a flat sheen, and attach to the target frame with hook and loop fasteners (VELCRO). The rubber face shall cover the 36 inches square portion of the target frame work to conceal any potential laser reflective surfaces. B.1.5 The target faces shall have a five inch black EPDM rubber circle, with a flat sheen, adhered to the center of the target. B.1.6 Targets shall have a minimum of four ultrasonic sensors, one in each corner, that can score shot placement within two (2) millimeters of bullet impact. B.1.7 Targets shall operate with rechargeable 12 volt batteries, contractor shall supply one charger per target, or a multiport charger for each lane that can recharge three targets simultaneously. B.1.8 The target's wireless data transmitter shall be housed in a ruggedized, weatherproof housing, suitable for transport in utility vehicles, truck beds, and trailers. The data transmitter shall transmit shot placement wirelessly to the firing line monitors. B.1.9 If the target requires a cable for connection to the data transmitter, it and the connections shall be rated for use in all weather conditions. B.2 MONITOR REQUIREMENTS B.2.1 Contractor shall design, produce, and deliver three (3) wireless monitors that are ruggedized and weatherproof. B.2.2 It is acceptable for one of the three monitors to serve as the master control unit for the other two lanes. B.2.3 The monitor shall allow the shooter to select any of the targets in its assigned lane. B.2.4 The Government intends to attach standard marksmanship targets to the target faces, these target images shall be loaded and selectable on the monitor screen. The system shall be able to calibrate shot placement for attached targets per B.2.6. B.2.5 The monitor, in conjunction with the ultrasonic sensors, shall provide shoot placement within two (2) millimeters of bullet impact on the target surface. B.2.6 If the contractor's system requires calibration, it shall be accomplished via software from the monitor, and not require more than two (2) shots to confirm the system is functioning accurately. B.2.7 The monitor shall operate via 12 volt rechargeable batteries. The contractor shall provide one charger per monitor. It is acceptable for the contractor to provide a universal charger that can charge the targets and monitor, as long as the targets and monitor can all be charged simultaneously. B.2.8 The monitor shall provide a minimum display size of 12 inches and be viewable in an outdoor and daylight environment. Shooters are firing from west to east, predominantly in the afternoon. Sun glare should be considered in the contractor's decision for the best suited monitor. B.3 TRAINING/MANUALS/SOFTWARE B.3.1 The contractor shall provide training, by factory technicians, for up to eight (8) Government personnel in the operation, maintenance, set-up, charging, and calibration of the system. B.3.2 The contractor shall provide a user's manual that contains; set-up, operating, and calibration procedures; parts list and source of supply; schematics/drawings of target frames; and a network topology diagram for the wireless communication network. B.3.2 The contractor shall provide a back-up copy of applicable software that allows the Government to reload software on equipment that may have been corrupted or suffered catastrophic failure. B.4 BATTERIES B.4.1 Rechargeable batteries for the targets and monitors shall provide a minimum of 12 hours of continuous use without recharging, and a minimum of 300 charge cycles to 80% of the initial capacity. SOW PART C- SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE Target assemblies shall be fabricated at the contractor's facility. Final delivery, testing, and training will be conducted at Naval Special Warfare Development Group in Dam Neck Annex of NAS Oceana, Virginia Beach, VA. C.2 PERIOD OF PERFORMANCE The period of performance for this contract shall be 90 days ARO. C.3 SPECIAL CONSIDERATIONS C.3.1 Contractor-Furnished Materials The contractor shall furnish all material, equipment, and labor necessary to design, fabricate, and deliver this requirement. The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting Sep 2006 With Contractor's Debarred, Suspended or Proposed for Debarment FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use Apr 2008 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug 2009 FAR 52.212-4 Contract Terms and Conditions - Commercial Items Jun 2010 FAR 52.212-5 Contract Terms and Conditions Required to Implement Jul 2010 (DEV) Statutes or Executive Orders - Commercial Items (Deviation) FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.219-8 Utilization of Small Business Concerns May 2004 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action for Workers With Disabilities Jun 1998 FAR 52.222-50 Combat Trafficking in Persons Feb 2009 FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Oct 2003 Registration FAR 52.233-1 Disputes Alt I (Dec 1991) Jul 2002 Alt I FAR 52.233-3 Protest After Award Aug 1996 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes - Fixed price Alt I (Apr 1984) Aug 1987 Alt I FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Central Contractor Registration (52.204-7) Alternate A Sep 2007 Alt A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Jan 2009 Terrorist Country DFARS 252.211-7003 Item Identification and Valuation Alt I Aug 2008 Alt I DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Jul 2010 Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DFARS 252.225-7000 Buy American Act - Balance of Payments Program Dec 2009 Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference for Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers in descending order of importance: technical approach, past performance and price. (b) Key performance parameters are: Portability of targets and monitors, set up and calibration process and shooter's monitor operation and display. At a minimum, all quotes shall include drawings, schematics, and a written description of the proposed design and how the contractor will address the key performance parameters. Quotes that do not include these items will not be considered for award. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the order, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiation after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 (Alt I) Offeror Representations and Certifications Commercial Items Jul 2009 (AUG 2007) - Alternate I FAR 52.222-39 Notification of Employee Reports Concerning Payment Of Dec 2004 Union Dues or Fees FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items Jun 2005 Alt I (AUG 2007) - Alternate I SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered t o have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to Ana Downes by email to ana.downes@vb.socom.mil no later than 25 August 2010. Questions and responses will be posted on FedBizOpps on or about 27 August 2010. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 31 August 2010. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with the solicitation. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0250/listing.html)
- Record
- SN02248812-W 20100822/100820235200-efe8eb17fb34bf14721df1836b9aec05 (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 |