Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2008 FBO #2573
SOLICITATION NOTICE

69 -- Mobile Range Target System

Notice Date
12/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sill, ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L09T0005
 
Response Due
12/29/2008
 
Archive Date
2/27/2009
 
Point of Contact
Mae Snyder, 580-442-8895<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Solicitation W9124L-09-T-0005 is a Request for Quotations (RFQ) for a Range In A Box. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-27, effective October 17, 2008. This acquisition is set aside for small business, the associated NAICS code is 541512, and size standard of 23M. CLIN 1000 Range In A Box System, this is a complete Mobile Range Target System with components and quantities IAW the attached SOW. CLIN 0001 -- Two (2) Mobile Range Target System each X $________________ =$ ___________________. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and certifications - Commercial Items. BRAND NAME OR EQUAL. If furnishing other than Brand Name, please include complete specifications on Mobile Target System proposed. Scope of Work: Provide two (2) complete Range In A Box (RIAB) systems. Each system includes, but is not limited to: - Qty of 24 - 12 Volt DC wireless Target Lifting Devices (TLDs), - Qty of 24 - Batteries (one for each TLD). - Trailer with housing and charging station for TLDs - Rugged Toughbook PC (Panasonic CF 19) for hand held operations preloaded with - Microsoft operating system and custom designed Graphic User Interface (GUI) - software. All communication is with wireless 802.11g Ethernet TCP protocol. - Wireless System with three (3) WiFi routers with power supply, and support stand. - Encryption enabled for wireless system security. 2. Minimum Rugged Laptop Specifications (Panasonic CF 19) or equal - Designed using MIL-STD-810F test procedures - Full magnesium alloy case - Moisture- and dust-resistant LCD, keyboard and touchpad Sealed port and connector covers - Shock-mounted removable HDD in stainless steel case Rugged hinge Vibration and drop-shock resistant Pre-installed replaceable screen film for touchscreen protection. a. CPU Intel Pentium M Processor ULV 753: 2MB L2 cache Processor speed 1.20GHz, 400MHz FSB b. STORAGE & MEMORY 512MB SDRAM (DDR2) standard, expandable to 1536MB 60GB HDD c. DISPLAY Touchscreen PC version: 10.4 1024 x 768 (XGA) transmissive, daylight-readable TFT Active Matrix Color LCD Tablet PC version: 10.4 1024 x 768 (XGA) transmissive, daylight-readable TFT Active Matrix Color LCD with Digitizer External video support up to 1280 x 1024 at 16 million colors (24 bit color depth) Intel 915GMS graphic controller, UMA (Unified Memory Access) up to 128MB 500 Nit LCD brightness. d. AUDIO SigmaTel" STAC9751 AC-97 v.2.2 Compliant Audio Codec Integrated speaker - Convenient keyboard volume and mute controls e. EXPANSION SLOTS PC Card Type II x 2 or Type III x 1 Secure Digital (SD) Card f. KEYBOARD & INPUT 82-key with dedicated Windows key Pressure sensitive touchpad with vertical scrolling support Active Digitizer or Touchscreen LCD g. INTERFACE External Video D-sub 15 Headphones/Speaker Mini-jack Stereo Microphone/Line In Mini-jack Port eplicator Dedicated 100 pin Serial Port D-sub 9 (Touchscreen PC version only) USB 2.0 (x2) 4 pin 10/100 Ethernet RJ-45 56K V.92 Modem RJ-11. h. WIRELESS LAN Intel PRO/Wireless 2915ABG network connection 802.11a/b/g Security Authentication: LEAP, WPA, 802.1x, EAP-TLS, EAP-FAST, PEAP Encryption: CKIP, TKIP, 128-bit and 64-bit WEP, Hardware AES. I. POWER SUPPLY Lithium Ion battery pack (7.4V, 7650mAh) Battery operation: 4-6 hours* Battery charging time: approximately 3.5 hours/off, 7 hours/on* AC Adapter: AC 100V-240V 50/60Hz, Auto Sensing/Switching worldwide power supply j. POWER MANAGEMENT - Hibernation, Standby, ACPI BIOS k. SOFTWARE Touchscreen PC version: Microsoft Windows XP Professional SP2, Setup, On-line Reference Manual, Adobe Acrobat Reader, DMI Viewer, Panasonic Handwriting, Software Keyboard, Display Rotation Tool, Hard Disk Data Erase Utility Tablet PC version: Microsoft Windows XP Tablet PC Edition 2005, Setup, On-line Reference Manual, Adobe Acrobat Reader, DMI Viewer, Display Rotation Tool, Hard Disk Data Erase Utility l. SECURITY FEATURES 32-character Password Security: Supervisor, User Cable lock slot Trusted Platform Module Security Chip (TPM) v.1.2 m. WARRANTY 3-year limited warranty, parts & labor from Panasonic n. DIMENSIONS & WEIGHT 1.9(H) x 10.7(W) x 8.5(D) 4.5 lbs. o. INTEGRATED OPTIONS** Wide Area Wireless Solutions CDMA 1xEVDO (availability may vary) EDGE with external SIM slot (availability may vary) SmartCard Reader (occupies one Type II PC Card slot) Notebook PC Convertible to Tablet PC Full Magnesium Alloy Case with Handle 4.5 lbs. Lightweight Design Daylight-readable Display p. SOFTWARE The PC will be loaded with software for target control. The system will be able to manually actuate all TLDs as well as program, save and run scenarios. The software will allow the operator to configure hit count, up time, delay time, target mode, auxiliary inputs/outputs, hit sensitivity allowing for a wide range of ammunition, and flasher control for scenario and manual functions. Software will also allow for the addition of wireless cameras to record training events, replay the video on the PC and save/export video to a format recognized and executable by Windows Media Player. INTERFACE The Tablet PC will interface thru the wireless network and will work anywhere within the 100 meter umbrella of each WiFi Router. The specifications for the WiFi are listed below: (1) Multi-country Roaming (802.11d) support - automatically adjusts regulatory domain to operate in different countries. 2) Data rates (Auto-rate capable) 802.11a/Part 90Y: : 6, 9, 12, 18, 24, 36, 48, 54 & 108Mbps(Turbo Mode) 802.11g : 6, 9, 12, 18, 24, 36, 48 & 54Mbps. 802.11b : 1, 2, 5.5, 11Mbps. (3) Network Standards - WECA (Wi-Fi & Wi-Fi5), IEEE802.11, IEEE802.11a, IEEE802.11g draft, IEEE802.11b, draft IEEE 802.11e, f, h, and i standards (4) Compliance - FCC Part 15 Class B, ETSI 300.328, ETSI 300 826, CE mark, FCC Part 90Y. 3. Equipment Specification: a. Standard Target Lifting Device Specs: (1) Housing - TLDs housing shall be constructed of a rugged aluminum alloy.TLDs housing provides protection against corrosion, windblown dust and rain, and splashing water. The housing will be powder coated, and will not be damaged by the formation of ice. All internal parts are accessible by removing only one knob for ease of maintenance. (2) Motor/Gear head the TLD mechanism shall be operated by a 12VDC hi-torque motor. The non-reversing mechanism is capable of lifting up to 20 pounds at 24. (3) Power Source the TLD will be powered by a rechargeable commercial of the shelf 12 volt battery. The battery will be internal to the TLD housing footprint. The battery will allow TLD to maintain wireless communication for up to 8 hours. (4) Controls the TLDs house individual control boxes for communication. TLDs will communicate with one another as well with the PC based GUI program via wireless Ethernet protocol. Control board and wireless transmitter housings will be sealed for water protection. Wireless transmitting range will be a minimum of 100 open meters. (5) Connections- each TLD will have the following Amp CPC connectors with sealing caps: Hit sensor: Thumper type for use with simunitions. Charger: For charging internal battery or connection of auxiliary power source. Input: Generic 12 VDC 3 wire field input device. Flash: Programmable output to control 12 VDC flasher to simulate return fire. AUX: Programmable field output for controlling external devices. Toggle: Manual toggle button for raising/lowering target. ACC: Serial interface for Program download. (6) A separate external battery or 12 VDC power source can be connected to the charge port for extended battery life. This will allow the units to maintain operation continuously for extended training applications. (7) Size Footprint size: 8.25H x7W x 22L. Total size with motor: 8.25H x 9.75W x 22L Each unit weighs approximately 40lbs with battery. 8) Wireless Unit: Housed in a water resistant case Range: 100 meters outside in open air from each Wireless Router. b. Trailer Storage Unit: (1) Fully enclosed cargo trailer. The trailer will be a tandem axle 14 ft x 8 ft fully enclosed unit, complete with storage and charging stations for up to 26 TLDs. (2) The trailer will be equipped with a 120 connection port for system charging. The system will have Wireless Routers, TLD, and PC charging stations, silhouette and accessory storage, as well as a workbench for general TLD set-up and maintenance. (3) The trailer will have two workbenches for target configuration, maintenance, or set-up. The drawing below represents the intended overview of the requested trailer configuration: The trailer will have an AC/Heat package that will keep the equipment at normal operating temperatures year round during operation. 4. System Options and Accessories a. Complete RIAB Base system. GSA Part # RIAB24 (QTY 1). b. Trailer Storage Unit with optional AC/Heat installation package. GSA Part# RIABTRLR (QTY 1) c. T-bar with Hit Sensor. GSA Part #TLD-TBRH (QTY 24) Full sizes Ivan silhouette. GSA Part# TLD-FSI (QTY 24) e. Microwave motion sensor. GSA Part# TLD-MTN (QTY 10) f. Buzzer. GSA Part# TLD-BZR (QTY 4) g. Universal mounting bracket. GSA Part# TLD-UMB (QTY 10) h. Full double T-bar assembly. GSA Part# TLD-FDTBA (QTY 3) riend-Foe dual mounting bracket. GSA Part# TLD-FFDMB (QTY 2) j. Paintball shoot back device. GSA Part# TLD-SBD (QTY 12) 5. Delivery: Standard System shipment will be no later than 90 days after receipt of order 6. Installation and Training: Contractor will provide a training package for the RIAB System that will include new user orientation, maintenance, and troubleshooting training. Training sessions will be available anytime within the warranty (12 months) time period. Contractor will fully support the system after installation to include telephonic and on site assistance if the situation requires it. Emergency contact numbers will be provided to project managers and maintenance personnel. 7. Specification Changes: Both parties must agree upon specification changes before additional work begins. Specification changes agreed upon by both parties in writing may be re-quoted or completed on a time and material basis 8. Warranty and Terms: a. Contractor shall repair or replace any part of the workmanship that may prove defective for a period of one year from the date of installation. Contractor shall offer a 10 day turnaround on units sent back to the factory for repair. b. Programming or System errors shall also be covered for a period of one year after acceptance. The following provisions are incorporated by full text: 52.252-1. Solicitation Provisions incorporated by Reference, 52.212-1 Instructions To OfferorsCommercial Items, 52.212-3 Offeror Representations and Certifications - Commercial Items. The following provisions are incorporated by full text: FAR 52.233-2 -- Service of Protest (Sep 2006). (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mission and Installation Lisa G. Slagle, Contracting Officer, Mission Installation Contracting Command, E&IO, 2418 NW Macomb Road Bldg 1803 Fort Sill, Oklahoma 73503. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision). The following clauses and provisions are applicable to this acquisition and incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.202-1 Definitions, FAR 52.203-12 Limitation on Payment to Influence Certain Federal Transactions, FAR 52.204-7 Central Contractor Registration, FAR 52.209-6 Protecting The Governments Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment, FAR 52.211-6 Brand Name or Equal, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, 52.232-23 Assignment of Claims, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.242-13 Bankruptcy, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, DFARS 252.211-7003 ALT I Item Identification and Valuation, DFARS 252.232-7003 Electronic Submission of Pyament Requests, DFARS 252.232-7010 Levies on Contract Payments. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, and 52.232-36. The following clause is applicable to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, and 252.243-7002, 252.247-7023. The following FAR provisions are applicable to this acquisition: The following are incorporated by reference, DFAR 252.204-7004 Central Contractor Registration (52.204-7) Alternate A. CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION: All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations/proposals/bids cannot be received at the office designated for receipt by the exact time specified in the IFB/RFQ/RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes/proposals/bids will be deemed to be extended to the same time of day specified in the IFB/RFP/RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. CHANGES: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. PAYMENTS: In accordance with FAR Clause 52.232-36 Payment by Third Party, incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, the following information is furnished. Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month the Contractor shall submit below. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization.(See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313. The purchase card to be used is: The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is that purchases are paid for with a government wide commercial purchase card. GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT: VENDORS /CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2. ONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3. ESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD: The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offer or whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). COMMERCIAL ITEM ACQUISITION PROCEDURES: This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. REGULATIONS: The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. CLARIFICATION OF THIS SOLICITATION: Any desired explanation of this solicitation should be made in writing to Mae Snyder at mae.l.snyder@us.army.mil and Lisa Slagle at lisa.g.slagle@us.army.mil Clarifications and/or questions are due December 17, 2008. No phone calls, email only. Oral explanations will not be binding. Quotations are due by December 29, 2008, 5:00 P.M. CST, facsimile (580) 442-8014, e-mail mae.l.snyder@us.army.mil AND lisa.g.slagle@us.army.mil are the points of contact for this acquisition. MC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command, Office of Command Counse, 9301 Chapek Rd, Room 2-1SE3401, Ft. Belvoir, VA 22060-5527, Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command, Office of Command counsel, Room 2-1 SE3401, 1412 Jackson Loop, Ft. Belvoir, VA 22060-5527. The AMC-Ievel protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2231096fcc01822701d7192d72a0b95a&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK<br />
Zip Code: 73503-0501<br />
 
Record
SN01716439-W 20081212/081210215646-2231096fcc01822701d7192d72a0b95a (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.