|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1997 PSA#1898DIRECTORATE OF CONTRACTING, DRAWER 70120, FORT BRAGG NC 28307-0120 69 -- TARGET SYSTEMS SOL DAKF40-97-R-0027 DUE 090197 POC Contract
Specialist BOB DRISCOLL (910) 396-4362 X225 Contracting Officer
Catherine Wilt (910) 396-4362 X236 (Site Code DAKF40) The US Army, Fort
Bragg, North Carolina has a requirement for the purchase of Portable
Infantry Target Systems (PITS) with night effects simulators, spare
parts kits, Battle Effects Simulators (BES) and Sound Effects
Simulators (SES). This is a combined synopsis/solicitation for
commercial items prepared IAW the format in the FAR 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. All proposals
must reference the Request for Proposal (RFP) number DAKF40-97-R-0027.
This solicitation document and incorporated provisions and clauses are
those in effect through FAC 90-46. It is the Contractor's
responsibility to be familiar with all applicable clauses and
provisions. This requirement is being issued as a 100% set aside for
small business concerns only. The Standard Industrial Code (SIC) used
for determining business size on this project is 3949, andto be
considered a small business under this code, the average employment of
a business concern, including the employees of its domestic and
foreign affiliates, must be 500 or less employees during each of the
pay periods of the preceding 12 months. Contract Line Item Number
(CLIN) 0001 is for sixty (60) each Portable Infantry Target Spare Parts
Kits for CLIN 0004. CLIN 0002 is for fifteen (15) each BES. CLIN 0003
is for five (5) each SES. CLIN 0004 is for sixty (60) each Portable
Infantry Target Systems with Night Effects Simulator. Description of
CLINS follows: CLIN 0001 -- Kits shall allow full repairs at the user
level, excluding radio frequency module repairs. Offeror shall provide
as a part of proposal, a comprehensive list of spare parts included in
the PITS spare parts kit offered. CLIN 0002 -- The BES shall be one
person portable and stackable; waterproof; battery operated with an
external 12 volt rechargeable DC battery with automatic shut-off to
conserve battery power, secured within the carrying frame; produce an
audible sound at 500 meters with adjustable volume control; provide a
range of weapon sounds to include 5.56, 7.62, and .50 caliber in both
single shot and burst; and operate in synchronization with muzzle
flash/night effect simulator. CLIN 0003 -- SES should be a lightweight
portable system (2 man carry); stackable for storage and
transportation; operate on 12VDC; be controlled by radio frequency
through use with the Handheld Controller; Provide sounds of 5.56mm,
7.62mm, 30 and 50 caliber as well as play pre-recorded tape sounds and
provide public address capability; Provide single shot, 3 round burst,
7 round burst, 20 round burst (7.62mm), 14 round burst (30 cal and 50
cal), and repeat capability of multiple burst for 7.62mm, 30 cal and 50
cal. CLIN 0004 -- PITS with Night Effects Simulators shall be an
infantry target mechanism capable of raising and lowering pop-up
silhouette targets and shall be remotely controlled; shall have target
arms that allow the change in method of target presentation; ie.
pop-up, sideways, swing out, or edge-on; must be one person portable
with lifting handles and the ability to be stacked; lightweight, less
than 50 pounds excluding battery; self-contained system which is easily
set up within 5 minutes; battery powered with an external, 12 volt DC
rechargeable battery secured within the carrying frame; two way radio
controlled operating on either 143.075 MHz or 143.150 MHz. All targets
must operate on one of these two frequencies. Externally connected
radios are not permitted; climatically protected in that it shall be
waterproof, dustproof, and immersible. Immersibility shall be up to 24
hour period with no internal seepage; built to withstand austere
training environment and transportation in open vehicles through rough
terrain; compatible with existing PITS and Small Arms Retaliatory
Targets manufactured by ATA Defense Industries; Multiple Integrated
Laser Engagement System (MILES) compatible. The hit sensor of the
target must be activated by the Multiple Integrated Laser Engagement
System's shock generator mechanism assembly; and Muzzle Flash/Night
Effects Simulator shall be activated by the hand held controller,
addressed to specific host target. Simulator provides moon glow,
retaliatory muzzle flash and illuminates target when hit for night
effect. The PITS, BES, and SES must be fully compatible with and
capable of being operated by existing Hand Held range control system
(ATA HTC). All CLINS shall be delivered and accepted FOB destination,
to Supply & Services Division, DOL, Building J- 2535, Bay 1, Knox
Street, Fort Bragg, NC not later than sixty (60) days after contract
award. Offerors are advised that the following FAR provisions and
clauses apply to this procurement: 52.212-1, Instructions to
Offerors-Commercial, with paragraph "c" being changed to read "60
calendar days" acceptance period in lieu of the "30 calendar days";
52.212- 2, Evaluation-Commercial Items, with the following evaluation
factors inserted in paragraph "a" of the provision: (1) Proposals will
be evaluated for technical acceptability of the items offered, (2)
Proven Performance and (3) price. All proposals will be subject to
evaluation by a team of Government personnel. Technical proposals will
be evaluated to determine if they are acceptable or unacceptable. This
evaluation of the technical proposal applies to all CLINS. To be
determined technically acceptable, offerors' items must meet the
Government's minimum needs as specified above. Technical Acceptability
is substantially more important than proven performance, which is more
important than price. The combination of Technical Acceptability and
Proven Performance is substantially more important than price. The
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will
be most advantageous to the Government, price and other factors
considered. The Government intends to make a single award to the
offeror whose proposal is considered to be most advantageous to the
Government. In order for the Army to determine before award whether the
products offered meet the specifications and to establish exactly what
the offeror proposes to furnish, it is imperative that descriptive
literature be provided. Each offeror is required to submit, with their
offer, descriptive literature. Descriptive Literature shall be in the
form of drawings, manufacturer's specifications, commercially printed
brochures, catalogs, advertising which provides detailed descriptions
of the salient characteristics of the items offered, or any other
literature that can substantiate the offered items conforms to the
specifications mentioned above. Systems that meet the specifications
and which have been in use in military or civilian range environments
will be rated more favorably than new products which have no
performance history. Offerors are required to provide the location,
point of contact, telephone number and location where the system you
are offering are in use or have been in use. If this is a new system,
you may provide information for similar systems. FAR 52.212-3, Offeror
Representations and Certifications- Commercial Items and Defense
Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror
Representations and Certifications-Commercial Items are applicable to
this requirement and offerors shall include a completed copy of the
Representations and Certifications with their proposal. The following
clauses are incorporated into this solicitation: 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial items with the following clauses cited in
subparagraph (b) of this clause being applicable to this acquisition:
52.203-6 Alt I, 52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35,
52.222-36, 52.222-37. Additionally, DFARS 252.225-7000, Buy American
Act -- Balance of Payments Program Certificate; FAR 52.212-4, Contract
Terms and Conditions-Commercial Items and DFARS 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes Applicable to
Defense Acquisitions of Commercial Items, with the clauses 252.225-7001
and 252.247-7024 listed under 252.212-7001 are applicable. Proposals
shall be received at the Directorate of Contracting, Drawer 70120, Bldg
1-1333, Room 107, Corner of Macomb and Armistead Streets, Fort Bragg,
NC 28307-0120, not later than 3:00 PM ET, 18 Aug 97. Offerors are
required to submit proposals that include (1) original letter signed by
an individual authorized to bind the organization, with a schedule of
offered supplies with unit and total prices for the particular CLIN and
grand total for all four CLINS, (2) technical literature, to include
the spare parts list for CLIN 0001, (3) published price list if
available, (4) completed representations and certifications, and (5)
acknowledgement of any amendments that may be issued. Any amendments
that may be issued will be published in the CBD the same as this
combined synopsis/solicitation. Numbered Note 1 applies to this
requirement. Points of contact for this requirement are Mr. Bob
Driscoll or Mrs Catherine Wilt at 910-396-4362 extensions 225 or 236
respectively. (0209) Loren Data Corp. http://www.ld.com (SYN# 0371 19970730\69-0001.SOL)
69 - Training Aids and Devices Index Page
|
|