SOLICITATION NOTICE
69 -- Machine gun and IED blast simulators
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332994
— Small Arms Manufacturing
- Contracting Office
- MICC - Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
- ZIP Code
- 31314-3322
- Solicitation Number
- W9124M12QBC32
- Response Due
- 9/13/2012
- Archive Date
- 11/12/2012
- Point of Contact
- Brandon M. Chapman, 912-767-8654
- E-Mail Address
-
MICC - Fort Stewart
(brandon.m.chapman.mil@mail.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. I. The solicitation number is W9124M-12-Q-BC32. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12. Submit written quotes (to include a price quote for ALL CLINS) on RFQ. II. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. III. The associated North American Industrial Classification System (NAICS) code for this procurement is 332994 with a small business size standard of 1000 employees. This requirement is a Small Business set-aside and only qualified offerors may submit bids. IV. The solicitation will start on the date this solicitation is posted and will end on 2012-09-12 14:00:00.0 Eastern Time. FOB Destination shall be FORT STEWART, GA 31314. V. This combined synopsis/solicitation is for the following brand name or equal commercial item(s): CLIN 0001 - Fifteen (15) each XM-2A Waterproof Machine Gun simulators MFG: Int'l Repo-Depo Inc. Model: XM-2A -training device that simulates the sound and flash of a live machine gun -each unit shall include the base unit, hoses and regulators with quick connects and remote control -the unit uses oxygen and propane gases to produce the blast to replicate the machine gun fire -the unit must interface with commercial gas bottles -the system must be capable of producing concussive blast waves and noise in excess of 150 decibels with an adjustable rate of fire of 8-14 cycles per second -the system must be capable of being remote (wirelessly) operated and shall include the remote control -the unit must be weatherproof to include the battery and circuitry/controls to be used in wet or dry locations during rugged training -the battery must be 12V to operate within currently existing customer supplies -the unit housing must be rugged and resistant to being vehicle transported -the housing shall have external quick connection points for the oxygen and propane hose connections, manual firing control and connection points for the auxilary contact for remote firing operations. -the unit shall be capable of operating on the ground or on a flat surface and must have the option to be mounted on a stand to elevate it off of the ground -the unit shall have quick opening type latches to gain access to the battery, controls and rate of fire adjustment -the unit must be capable of manual operation by a 12' cord or by any normally open contacts either wireless radio controlled remote or hard wired to the unit -the firing chamber should be outside of the control housing and access to the ignition source should also be outside of the control housing -the device must have a cycle timer or similar means of preventing the unit from overheating -the the unit must have a durable finish to resist corrosion, heat and rugged use -each unit must be supplied with a larger and longer barrel to simulate a.50 caliber machine gun -each unit must carry a minimum of 12-month warranty on parts and labor CLIN 0002 - Ten (10) each XM-10 IED/artillery simulators MFG: Int'l Repo-Depo Inc. Model: XM-10 -training device that simulates an improvised explosive device (IED) detonation -each unit includes the base unit, hoses and regulators with quick connects and remote control -the unit uses oxygen and propane to create a robust blast wave and flash with sound levels of at least 128 decibels -the unit must interface with commercial gas bottles -the unit must be protected from objects being placed in the ignition tube creating unsafe projectiles -the system must be capable of being remote (wirelessly) operated and shall include the remote control -the unit must be weatherproof to include the battery and circuitry/controls to be used in wet or dry locations during rugged training -the battery must be 12V to operate within currently existing customer supplies -the unit housing must be rugged and resistant to being vehicle transported -the housing shall have external connections points for the oxygen and propane hose connections, manual firing control and connection points for the auxilary contact for remote firing operations. -the unit shall have quick opening type latches to gain access to the battery and controls -the unit must be capable of manual operation by a cord or by any normally open contacts either wireless radio controlled remote or hard wired to the unit -the housing must be of a durable finish to resist corrosion, heat and rugged use -each unit must carry a minimum of 12-month warranty on parts and labor CLIN 0003 - Fifteen (15) ground stands for XM-2A Machine Gun Simulators MFG: Int'l Repo-Depo Inc. Model: Stand XM-2A these stands must interface with the XM-2A machine gun simulators to elevate the training device off of the ground and provide a stable platform for firing CLIN 0004 - Four (4) XM-10A IED/artillery simulators with smoke pods MFG: Int'l Repo-Depo Inc. Model: XM-10 with smoke pods -training device that simulates an improvised explosive device (IED) detonation with smoke production to simulate burning debris/vehicles as a result of the blast -each unit includes the base unit, hoses and regulators with quick connects and remote control -the unit uses oxygen and propane to create a robust blast wave and flash with sound levels of at least 128 decibels -the unit must interface with commercial gas bottles -the unit must be protected from objects being placed in the ignition tube creating unsafe projectiles -the smoke produced with each blast must last at least 3 minutes (3 minute burn time) and the device must be capable of producing -three seperate blast/smoke events without a need to reload the smoke producing source -the system must be capable of being remote (wirelessly) operated and shall include the remote control -the unit must be weatherproof to include the battery and circuitry/controls to be used in wet or dry locations during rugged training -the battery must be 12V to operate within currently existing customer supplies -the unit housing must be rugged and resistant to being vehicle transported -the housing shall have external connections points for the oxygen and propane hose connections, manual firing control and connection points for the auxilary contact for remote firing operations. -the unit shall have quick opening type latches to gain access to the battery and controls -the unit must be capable of manual operation by a cord or by any normally open contacts either wireless radio controlled remote or hard wired to the unit -the housing must be of a durable finish to resist corrosion, heat and rugged use -each unit must carry a minimum of 12-month warranty on parts and labor CLIN 0005 - Sixty-two (62) boxes of smoke candles, 12 candles each MFG: Int'l Repo-Depo Inc. Model: Smoke Candles -each smoke producing candles shall have a 3 minute burn time and produce approximately 40,000 cubic feet of smoke -this quantity of smoke candles can produce at least 372 shots of 2 candles each CLIN 0006 - Delivery/Freight FOB Destination Charges VI. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to the point of contact in this soliciation. Questions not received within a reasonable time prior to close of the solicitation may not be considered. VII. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition, 252.215-7007 Notice of Intent to Resolicit, 252.215-7008 Only One Offer, The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. DFAR 252.211-7003, Item Identification and Valuation Reference: http://farsite.af.mil 52.211-6 Brand Name or Equal. As prescribed in 11.107(a), insert the following provision: BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.232-36 Payment by Third Party As prescribed in 32.1110(d), insert the following clause: PAYMENT BY THIRD PARTY (FEB 2010) (a) General. (1) Except as provided in paragraph (a)(2) of this clause, the Contractor agrees to accept payments due under this contract, through payment by a third party in lieu of payment directly from the Government, in accordance with the terms of this clause. The third party and, if applicable, the particular Governmentwide commercial purchase card to be used are identified elsewhere in this contract. (2) The Governmentwide commercial purchase card is not authorized as a method of payment during any period the Central Contractor Registration (CCR) indicates that the Contractor has delinquent debt that is subject to collection under the Treasury Offset Program (TOP). Information on TOP is available at http://fms.treas.gov/debt/index.html. If the CCR subsequently indicates that the Contractor no longer has delinquent debt, the Contractor may request the Contracting Officer to authorize payment by Governmentwide commercial purchase card. (b) Contractor payment request. (1) Except as provided in paragraph (b)(2) of this clause, the Contractor shall make payment requests through a charge to the Government account with the third party, at the time and for the amount due in accordance with those clauses of this contract that authorize the Contractor to submit invoices, contract financing requests, other payment requests, or as provided in other clauses providing for payment to the Contractor. (2) When the Contracting Officer has notified the Contractor that the Governmentwide commercial purchase card is no longer an authorized method of payment, the Contractor shall make such payment requests in accordance with instructions provided by the Contracting Officer during the period when the purchase card is not authorized. (c) Payment. The Contractor and the third party shall agree that payments due under this contract shall be made upon submittal of payment requests to the third party in accordance with the terms and conditions of an agreement between the Contractor, the Contractor's financial agent (if any), and the third party and its agents (if any). No payment shall be due the Contractor until such agreement is made. Payments made or due by the third party under this clause are not payments made by the Government and are not subject to the Prompt Payment Act or any implementation thereof in this contract. (d) Documentation. Documentation of each charge against the Government's account shall be provided to the Contracting Officer upon request. (e) Assignment of claims. Notwithstanding any other provision of this contract, if any payment is made under this clause, then no payment under this contract shall be assigned under the provisions of the assignment of claims terms of this contract or the Assignment of Claims Act of 1940, as amended, 31 U.S.C. 3727, 41 U.S.C. 15. (f) Other payment terms. The other payment terms of this contract shall govern the content and submission of payment requests. If any clause requires information or documents in or with the payment request, that is not provided in the third party agreement referenced in paragraph (c) of this clause, the Contractor shall obtain instructions from the Contracting Officer before submitting such a payment request. (End of clause) CCR(SAM) Requirement - Company must be registered on the System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov. Sellers must present their representations and certifications, upon request, through the SAM application at http:www.sam.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission Sellers must include a statement aboue their acceptance of government credit card as a form of payment. FOB Destination CONUS (CONtinental U.S.) Shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on their own conveyance to the location listed on the purchase order. No partial shipments unless otherwise specified at time of order. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605- 7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL VIII. Contracting Office Address: 976 William H Wilson Ave, Fort Stewart, GA 31314 Place of Performance: FORT STEWART, GA 31314 Point of Contact(s): CPT Brandon Chapman Phone: (912)767-8654 Fax: (912)767-8440 Email: brandon.m.chapman.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/77756c44a082db671f534d41765b9456)
- Place of Performance
- Address: MICC - Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA
- Zip Code: 31314-3322
- Zip Code: 31314-3322
- Record
- SN02859465-W 20120830/120829001621-77756c44a082db671f534d41765b9456 (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 |