Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2005 FBO #1210
SOLICITATION NOTICE

K -- Upgrade combat pistol qualification course at Missouri Wappapello Training Site

Notice Date
3/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS05T0044
 
Response Due
4/27/2005
 
Archive Date
6/26/2005
 
Small Business Set-Aside
N/A
 
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 Missouri Army National Guard has a requirement for upgrade of the Combat Pistol Qualification Course (CPQC) Automation Range located at Wappapello, Missouri. Performance and function ality of the qualification range consists of 5 lanes, AC power, Radio Control with Caswell Target Mechanisms. The Request for Quotations is prepared with provisions and clauses incorporated through FAC 2001-27 as an unrestricted solicitation under NAICS 333319. The upgrade to the range shall consist of the following statement of work instructions. WAPPAPELLO TRAINING SITE 1. Upgrade existing 5 Lane Combat Pistol Qualification Course (CPQC). Range consists of 35 Stationary Infantry Targets (SIT). 2. Upgrade specifications are located in and to be in accordance with Figure D-8, TC 25-8, dated Apr 04 (Facility Category Code (FCC) 17822). 3. Pre-bid meeting required at the Wappapello Training Site. 4. Contract will install Twist Lock Type receptacles at each target emplacement (35 total target emplacements). Installation will be IAW OSHA standards and National Electric Codes. Installation to be completed by qualified licensed electrician. 5. Stationary Infantry Targets (SIT) mechanisms will be 120V AC (current available power source). 6. Data cables (hard wire) should not be considered as part of the installation requirement. 7. Radio controlled mechanisms should be considered the primary choice for data transmission. 8. SIT mechanisms must accept MILSTOCK target silhouettes without modifications. 9. Radio frequency transmission devices will be DOD authorized/certified (request documentation of authorized equipment during pre-bid meeting). 10. Upon award of the contract the vendor shall be responsible for coordinating with the Directorate of Information Management Division for the authorized radio frequency. After the contractor receives the Radio Frequency Authorization (RFA) documentation and provides a copy to the Site POC will the installation of SITS be permitted. Director of Information Management, COL Paul Monda, 2303 Militia Drive, Jefferson City, MO 65101  (573) 638-9557. 11. All Transmitters/Receivers (radios) will be programmed to the RFA before equipment is installed. 12. The equipment being offered should be compatible with existing target mechanisms (Caswell International Corporation). The Missouri Army National Guard currently has a supply of targets and repair parts inventory, to avoid duplication of cost for the a bove items the offeror must provide specifications of alternate brand as part of their quote. 13. SITS will be remotely computer controlled. 14. Contractor will provide two (2) copies of the Owner/Operator Manuals. 15. Computer specifications will be HP Compaq dx2000mt with DVD/CD-RW drive or comparable like items. 16. Laser Jet Printer (HP 1300) compatible with computer system above. 17. The contractor to provide Uninterrupted Power Supply with lightning/surge protection features  Power Ware5 125 or equal. 18. Contractor will provide license agreement (two Master copies) for operating Software and Functional Software with written instructions. 19. Functional Software Program(s) to be capable of providing at a minimum: a. Printed Reports of firing results feed back. b. Activity Reports (history files). c. Malfunction Reports for troubleshooting. d. Qualification Standards, day and night IAW FM 3-22.35, test scenarios for SITS (SIT diagnostic program, hit sensor test program) and lane ID program. 20. Minimum warranty of 1 year after acceptance of range upgrade against Manufacturers defects or workmanship to include Power Cables, Parts and Accessories installed b y the Contractor. Replacement of warranted items to include shipping. 21. The contractor is responsible for the cost of all labor, materials and miscellaneous items required for the upgrade. 22. The contractor will provide on-site training for future maintenance, trouble shooting and repairs. The contractor is required to provide training to write, edit, add, delete and run scenarios. Contractors offering alternate brands than those indicated shall provide product literature for equality verification. If the pricing being offered under an IDIQ or other contract vehicle please provide that number, terms and conditions of accepted contr act vehicle shall take precedence over those below if the Missouri Army National Guard issues a delivery order. The Government will conduct a site visit at the Missouri Wappapello Training Site at 11:00, 12 April 2005. U.S. Department of Labor Wage Rates are applicable to this award. Provisions and Clauses are as follows and may be viewed in full text at: www.national.guardcontracting.org. 52.202-1 Definitions; 52.211-6 Brand Name or Equal; 52.212-1 Instruction to OfferorsCommercial Items; 52.237-1 Si te Visit; 252.204-7004 Alt A Central Contractor Registration; 52.212 Evaluation  The evaluation factors are as follow: The Government shall review offers and determine to award a contract to the offeror whose quote best technically meets the Governments requirements. The contractor making the offer must provide 3 references to determine the past performance. References should include the company/agency name, name and telephone number of an individual that has knowledge of similar type work completed. The past performance rating factors shall be: Delivery performance, installation and after sale customer support. The final evaluation factor shall be price comparison. Technical and past performance are significantly more important than price in determ ining the source to fulfill the requirement. 52.212-3 Offeror Representation and Certifications (the contractor must complete and submit this form to be considered responsive); 52.212-4 Contract Terms and Conditions  Commercial Items; 52.212-5 Contract Te rms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Deviation); 52.212-7001. A copy of the solicitation may be obtained and offers may be submitted electronically by e-mail mary.lea@mo.ngb.army.mil. Offers can also be faxed to (573) 638-9619.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00771672-W 20050320/050318212214 (fbodaily.com)
 
Source
FedBizOpps.gov 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.