Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2008 FBO #2426
SOLICITATION NOTICE

69 -- JUDGEMENTAL FIRE ARMS SIMULATOR(JFAS)

Notice Date
7/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-08-Q-MLE083
 
Archive Date
8/14/2008
 
Point of Contact
Thomas D Rush,, Phone: (202)372-4068
 
E-Mail Address
thomas.d.rush@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure A JUDGEMENTAL FIRE ARMS SIMULATOR (JFAS). This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is set aside for small business concerns. SCOPE: STATEMENT OF WORK UNITED STATES COAST GUARD OFFICE OF LAW ENFORCEMENT (CG-531) Judgmental Fire Arms Simulator (JFAS) Coast Guard Judgmental Use of Force Evaluation (Person-on-Person) 1.0PURPOSE AND SCOPE 1.1A low cost, high quality firearm simulator, incorporating person-on-person judgmental decision making and marksmanship, while seamlessly integrating with an updated version of the Coast Guard Judgmental Use of Force Evaluation (CGJUFE) scenarios is necessary. 1.2Adding this firearm simulator to accompany the CGJUFE scenarios will enhance the students ability to train and be evaluated using a compatible system. The scenarios are CG generated virtual environment based. This simulator must seamlessly integrate with the Active Shooter Training for the Responding Officer (ASTRO) simulation currently under development for the National Institute of Justice and provide a law enforcement based simulation that supports multiplayer sessions. This integration will allow the Coast Guard to leverage the development of First Person simulation technology to meet identified Coast Guard simulation requirements. Providing personnel with a firearm simulator for purposes of orientation, readiness, and safety in the conduct of all Coast Guard law enforcement and security operations involving person-on-person encounters where the members Use of Force (UOF) and Standing Rules of Engagement (SROE) knowledge of CG policies, and individual actions can be safely evaluated. 2.0APPLICABLE DOCUMENTS 2.1 The following document shall be used as guidance for supplying the firearm simulator: a. Coast Guard Judgmental Use of Force Evaluation (COMDTINST 3574.5B). b. Applicable Coast Guard directives and instructions shall be made available through the COTR as needed. 3.0 REQUIREMENTS 3.1The Contractor shall provide a firearm simulator to support the CGJUFE scenarios. 3.1.1 The Contractor shall meet with the COTR, CG-531 and other Coast Guard offices and personnel as may be directed to determine the information required for development. 3.1.2 The Contractor shall provide the following: a. Laser hit detection integration system (software). b. Replica pistols (2) (Sig Sauer P229R DAKTM.40 caliber pistol) with laser. c. Desktop PC, camera, screen and projector. 3.1.3 Project schedule for the delivery of the JFAS is 21 days from acceptance of contract. Delivery dates may be adjusted by mutual agreement between the COTR and the Contractor provided the project is completed within the period of performance. 3.2 The Contractor shall submit one JFAS system to the COTR. 4.0 QUALITY ASSURANCE 4.1Quality Control Plan. The Contractor shall establish and maintain a written Quality Control Plan that assures that all work will conform to contract requirements. 5.0 DELIVERABLES 5.1The Contractor shall be required to deliver one JFAS system identified in section 3 of this Statement of Work. 5.2The Contractor shall provide, at minimum, a weekly progress report on the task/delivery order to the COTR summarizing task accomplishments, problems noted, schedule information, and planned activities. The contractor's standard, commercially acceptable format for these reports is acceptable. 6.0PERIOD OF PERFORMANCE. 6.1The Contractor shall be required to deliver the JFAS system identified in section 3 of this Statement of Work consistent with the project schedule. 6.2Work conducted on this order must begin upon award date of contract. Delivery of all finished products must occur no later than 21 days after award date of contract in accordance with the delivery schedule provided in this order. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and submit a Cost Proposal by 11:00 am, EST, July 29,2008. Offerors must submit an original and one copy of the quote to PO Thomas Rush, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Thomas.D.Rush@uscg.mil are acceptable, but must be timely. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Evaluation Criteria: Award based on lowest cost technically acceptable. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 11:00AM EST, JULY 23, 2008. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bfe4290d6a3a23c24d0f0614361a672d&tab=core&_cview=1)
 
Place of Performance
Address: USCG HEADQUARTERS A-3, 2100 2ND ST. S.W., WASHINGTON, District of Columbia, 20593-0001, United States
Zip Code: 20593-0001
 
Record
SN01616052-W 20080718/080716222601-bfe4290d6a3a23c24d0f0614361a672d (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 |
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.