SOLICITATION NOTICE
15 -- Design, engineering, development, and installation of integrated target lifters/scoring systems for Aberdeen Test Center Soldier Systems Test Facility Small Arms Range.
- Notice Date
- 4/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK07T0453
- Response Due
- 5/7/2007
- Archive Date
- 7/6/2007
- 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 combined synopsis/solicitation number is W91ZLK-07-T-0453. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-07. The North American Industry Classification System (NAICS) is 881310 and Small Business size standard is $6,5 MIL. The government intends to award a firm-fixed price Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Ground, MD for the following : 1. SCOPE: This Statement of Work (SOW) defines the effort required for the design, engineering development, and installation of Integrated Target Lifters/Scoring Systems for the United States Army Aberdeen Test Center (ATC) Soldier Systems Test Facility (SSTF) Small Arms Range. This SOW also establishes the associated support services required for the Integrated Target Lifters/Scoring Systems. 1.1. Background: ATC has been designated at the lead test center for Soldier Systems Testing with a particular emphasis on the integration of future Warfighter systems with various platforms. The ATC SSTF was established to handle testing of all items within Program Execu tive Office (PEO) Soldiers responsible areas, including Program Manager (PM) Weapons, PM Soldier, PM Soldier Equipment, and PM Sensors and Lasers. A key focus area of the SSTF Small Arms Range is the integration of small caliber weapons with future soldi er systems. There is need to enhance the accuracy and robustness of tests conducted at the ATC SSTF Small Arms Range with an integrated target lifter and target scoring capability. With this capability, the ATC SSTF Small Arms Range target lifters could be controlled by feedback from the target scoring systems and a central range computer. The SSTF Small Arms Range currently uses Meggitt Defense Systems-Caswell AA10 target lifters. 2. APPLICABLE DOCUMENTS: The following documents are applicable to this SOW and attached as appendices. 2.1. Department of Defense (DOD) Specifications: ATC Integrated Target Lifter/Scoring System Requiremens 3. REQUIREMENTS: 3.1. General: The contractor shall design, develop, and install Integrated Target Lifters/Scoring systems for the ATC SSTF Small Arms Range. The contractor shall also provide the required support services for these systems. 3.2. Hardware/Software Design and Development Tasks: 3.2.1. The contractor shall design and develop an integrated target lifter/scoring system for the 88 target locations at the ATC SSTF Small Arms Range. The integrated solution must provide the capability to control the actuation of the target lifters base d on data output from the scoring system. The scoring system must be capable scoring sub-sonic and super-sonic munitions. 3.2.2. The contractor shall design and develop integrated target lifter/scoring systems that transmit data to a central range controller computer using standard Internet Protocol (IP) addressing. 3.2.3. The contractor shall design and develop the software necessary to operate and control the integrated target lifter/scoring systems. The software must provide the capability to define hit, kill, miss and near miss zones on targets. 3.2.4. The contractor shall design and develop a database to store all target scoring and lifter data. 3.2.5. The contractor shall design and develop a database interface that will allow access to the database via the ATC local area network (LAN). 3.2.6. The contractor shall provide rugged firing point monitors for each of the 4 firing lanes at the ATC SSTF Small Arms Range. The monitors shall provide immediate visual feedback to the shooter by displaying the scoring data of all s hots taken. These rugged monitors must also support standard IP addressing and network data communication. 3.2.7. The contractor shall provide the necessary hardware and equipment for mounting the target lifter/scoring systems and the rugged monitors and for connecting them to the range infrastructure for power and data communications. 3.3. Technical Support Services: 3.3.1. The contractor shall setup, install, configure and calibrate the integrated target lifter/scoring systems at the 88 SSTF Small Arms Range target locations. 3.3.2. The contractor shall setup, install and configure a firing point monitor at each of the 4 SSTF Small Arms Range firing lanes. 3.3.3. The contractor shall provide training on the operation and configuration of the integrated target lifter/scoring systems. 3.3.4. The contractor shall provide training on the operation of the firing point monitors. 3.4. Data Requirements: 3.4.1. The integrated target lifter/scoring systems must provide the number of hits and misses in user defined zones on the targets. 3.4.2. The integrated target lifter/scoring systems must provide variable visible feedback to the shooter by dropping the target when it is hit in the defined zones. 3.4.3. The integrated target lifter/scoring systems must provide the time from target appearance to target acquisition, the time from target acquisition to identification as friend or foe, the time from target appearance to shooter engagement and the time from target appearance to target hit. 3.4.4. The integrated target lifter/scoring system must provide the speed, direction and location of moving targets on a graphic display. It must also visually display the individual target status. 3.5. Contractor Clause: 3.5.1. The contractor must provide a signed agreement with MDS-Caswell for integrating with the MDS-Caswell AA10 target lifters. The contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for loca ting or securing any information, which is not identified in the quotation. The following clauses are incorporated by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors deb arred, suspended or proposed for debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items without addenda: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive O rders Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-14 Limitations On Subcontracting; 52-222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition Opportunity for Specia l Disabled Veterans 52.222-22 Previous contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 Buy American Act; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination; 252.204-7004 Alt A Cen tral Contractor Registration; . Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items with quotati ons. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The full text of the FAR/DFARS references may be accessed electronica lly at this address: http://farsite.hill.af.mil and http://www.acquisition.gov/comp/far/index.html. Offers must be signed, dated and received by 11:00 AM (Eastern Daylight Savings Time) on May 07, 2007 via fax at 410-306-3889 or email at irene.mancuso@us.a rmy.mil at the US Army Contracting Agency, Directorate of Contracting, AT TN: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will n ot be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCR. For questions concerning this Request for Quotations, contact Irene Mancuso, Contract Specialist via email to: irene.mancuso@us.ar my.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01281120-W 20070427/070425221258 (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 |