SOLICITATION NOTICE
36 -- Total Containment Bullet Trap
- Notice Date
- 10/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-07-R-0004
- Response Due
- 11/14/2006
- Archive Date
- 11/29/2006
- 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 Naval Special Warfare Development Group has a requirement for the below equipment. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13 effective 28 September 2006. This procurement is full and open competition and the associated NAICS code is 332995 with a business size of 500. Section B Schedule of Supplies/Services CLIN 0001 Total Containment Bullet Trap: 65 Linear Feet of Bullet Trap with Lean to Angle Roof Covering for High Volume 7.62 Ball Aluminum 2 each CLIN 0002 Installation Services 2 each Section C Statement of Work START DATE: Date of Award COMPLETION DATE: Thirty Days After Date of Award TITLE: Baffle Pistol Range Support Services PLACE OF PERFORMANCE: Naval Special Warfare Development Group, Dam Neck Naval Base, Virginia Beach, Virginia FOB POINT: Destination INSPECTION: Destination ACCEPTANCE: Destination 1.0 DESCRIPTION OF WORK: 12.1.1 General Requirements: The contractor shall design and install a total Containment Bullet Trap: 65? Linear Feet of Bullet Trap with Lean to Angle Roof Covering Rated for High Volume 7.62 Ball Aluminum in accordance with the following specifications: 12.1.1.1 Impact surface constructed of ?? AR500 steel armor plate. 12.1.1.2 Must withstand high volume (i.e., 800 rounds or a high of 3500 rounds) everyday shooting 12.1.1.3 Consists of gently sloping ramps from the top and bottom which directs projectiles into a circular deceleration chamber where they are contained 12.1.1.4 Modular in design, assembly must be accomplished by passing pieces through a 6? wide opening. The maximum width size is 6 feet, however, there is no restriction on height for pass-through 12.1.1.5 Trap shall not utilize water, oil, granular rubber or any other foreign material to slow down or capture projectiles 12.1.1.6 Deceleration chamber shall be completely open in design and allow shooting across multiple lanes (up to 10 lanes) without a ricochet hazard 12.1.1.7 Pieces of the trap shall form a continuous 100% sealed environment with no gaps and no need for disposable or replacement plates 12.1.1.8 Projectile collection system shall consist of a canister system which has evenly spaced canisters throughout the width of the trap allowing easy removal and replacement of standardized sized HAZMAT drums (55 gallon or 30 gallon) 12.1.1.9 The trap on the reactive steel range will require a HEPA projectile particulate filtration unit (PPFU). This unit shall create a negative pressure in the deceleration chamber and remove lead dust, smoke and other fine airborne particles 13.0 POINTS OF CONTACT: a. Contractual point of contact, erika.fugere@vb.socom.mil, (757) 492-7960 extension 2209, fax (757) 492-7954 b. Technical Point of Contact is Rick Bradley, richard.bradley@vb.socom.mil, (757) 492-7960 extension 2470 The following provisions and clauses are incorporated into the RFP: FAR 52.203-3 ?Gratuities? (Apr 1984) FAR 52.212-1 ?Instructions to Offerors -- Commercial Items? (Jan 2006) FAR 52.212-2 ?Evaluation -- Commercial Items? (Jan 1999) (a) 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 following factors shall be used to evaluate offers: i) technical capability of the item offered to meet the Government requirement; (ii) price; Award shall be made to the lowest price, technically acceptable offeror. (b) 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). (c) 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 offer, 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 negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 ?Offeror Representations and Certifications -- Commercial Items? (Mar 2005) Alternate I (Apr 2002) Email LT Erika Fugere at erika.fugere@vb.socom.mil for copy of clause with fill-ins. FAR 52.212-4 ?Contract Terms and Conditions?Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Apr 2006)(Deviation) (1) FAR 52.203-6 ?Restrictions on Subcontractor Sales to the Government? Alternate I (Oct 1995) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.219-9 Small Business Subcontracting Plan (Sep 2006) Contractor must submit their Small Business Subcontracting Plan with their proposal. FAR 52.219-16 Liquidated Damages - Subcontracting Plan (Jan 1999) FAR 52.219-9 Small Business Subcontracting Plan (Jul 2005) FAR 52.233-2 -- Service of Protest (Aug 1996) FAR 52.233-3 -- Protest After Award (Aug 1996) FAR 52.233-4 ? Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-1 Site Visit (Apr 1984) A site survey will be conducted on 6 November 2006 at 9:00 a.m. at the Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Interested parties shall forward visit request information to Kevin DeGraff at kevin.degraff@vb.socom.mil and Rick Bradley at richard.bradley@vb.socom.mil. Visit request information shall include name, company name, social security number, date of birth, place of birth and make and model of vehicle. Visit request information must be received by 1 November 2006. Contractual questions should be directed to LT Erika Fugere at erika.fugere@vb.socom.mil. DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)(Mar 2006) DFARS 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) The Defense Priorities and Allocations System (DPAS) and assigned rating of this procurement is DOA7. All responsible sources may submit a proposal which shall be considered by the agency. Offers are due no later than 4:00pm Eastern Standard Time (EST) on 13 November 2006. Offers shall be emailed to LT Erika Fugere at erika.fugere@vb.socom.mil, telefaxed to (757) 492-7954, or mailed by U.S. Postal Service to NSWDG, Attn: Contracting Officer, Bldg 313/N72, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact is LT Erika Fugere at (757) 492-7960 extension 2209 or email to erika.fugere@vb.socom.mil with questions regarding this solici
- Place of Performance
- Address: 1636 Regulus Avenue, Virginia Beach, Virginia
- Zip Code: 23461-2299
- Country: UNITED STATES
- Zip Code: 23461-2299
- Record
- SN01170237-W 20061026/061024230031 (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 |