Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

34 -- Combat Range Pneumatic Air Lines and Targets

Notice Date
5/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0173
 
Archive Date
6/3/2009
 
Point of Contact
Christine G. Anderson,, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0173, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32 effective 31 March 2009. The North American Industrial Classification Code (NAICS) 333518 applies to this procurement with a business size standard of 500 employees. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Combat Range Pneumatic Air Lines and Targets, Quantity 1 each CLIN 0002 Shipping Charges, Quantity 1 Lump Sum Section C Specifications Statement of Work Job Title: Combat Range Pneumatic Air Lines and Targets for the Naval Special Warfare Development Group (NSWDG) Range Division Part A. General Information •1.0 Introduction. This requirement is for the design and installation of a pneumatically controlled reactive steel targets on the Combat Range at NSWDG, Virginia Beach, Virginia. •2.0 Background. The Combat Range is an ocean front one-hundred (100) yard small arms range that is split in half by a dividing wall. The left side of the range consists of approximately sixty (60) pneumatic steel targets and a Blackwater Bear Target System. The right hand side of the range is open and can have various facades and manual targets staged for shooting evolutions. The existing pneumatic control system is maintenance intensive and is beyond its useful lifespan. •3.0 Scope of Work. The purpose of this requirement is to design, purchase and install pneumatic target controls and reactive steel targets on the left side of the range, and to purchase and install an identical pneumatic system on the right side of range that allows temporary connection of pneumatic targets and actuators when required. The vendor shall take into account the ocean front location of the range in the selection of all components. Specific objectives include: •3.1 Removal and disposal of existing air line •3.2 Design and installation of separate supply air line systems from the Government furnished compressor to each half of the range •3.3 Design and installation of one (1) control air circuit with actuators at various locations on the range that provide a quick method of raising targets •3.4 Design and installation of reactive steel targets on the left side of the range •3.5 Provide and install air pressure gauges near the viewing window in the control room Part B. Scope •1.0 Pneumatic Air Lines and Components •1.1 Supply Air •1.1.1 The vendor shall provide and install one (1) each corrosion and impact resistant air line (e.g. galvanized pipe), from the Government furnished compressor to each side of the range. Vendor recommended alternatives to galvanized pipe will be considered. This shall be a minimum of two separate lines from the compressor room with stainless steel cutout valves and regulators on each line inside the compressor room. The vendor shall submit a sample of all air line material to be utilized for Government approval prior to installation five days after contract award. Additionally, proposed air line shall be identified in the material list quoted by the vendor. •1.1.2 The supply air line shall be designed installed to provide equal pressure to all targets. A loop type system is preferred. Vendor recommendations for optimal performance will be considered. •1.1.3 The main supply air line shall be the same size throughout the range and a minimum of 18 inches underground. The main air line can have branch lines coming off of it to ease installation of the riser lines to targets. Each branch line coming off of the main air line shall have a stainless steel cut out valve (to allow isolation of the target group for maintenance and troubleshooting) inside of a hand-hole type box. The hand-hole box shall be designed with drainage to prevent free standing water from accumulating. If the hand-hole boxes are in the open range area where they will be subject to vehicular traffic, the boxes shall be rated for driveway and parking lot use. If the boxes are within three (3) feet of a target, they shall be rated to a minimum of three-hundred (300) pounds. •1.1.4 Each target shall have an individual line coming from the main air line or a branch off the main air line. The riser lines can be flexible and a smaller diameter than the main and branch lines. The risers shall be inside of a hand-hole type box that allows access to and repair of the riser/main line connection. The hand-hole boxes located at each target shall have an impact resistant lid and be rated to support a minimum of 300 lbs. •1.1.5 A dedicated air line shall be installed, connected and tested for the Blackwater Bear System. The air line can be a branch off of the main loop, as long as the connections are accessible for repair as described in paragraph 1.1.3. The Bear System requires a dedicated 90 PSI. If the vendor design does not provide 90 PSI service on the main loop, a dedicated line will be required from the compressor. If the vendor design provides more than 90 PSI, the service to the Bear System from the main line must have a regulator installed in a hand hole box per paragraph 1.1.3 to step the pressure down to 90 PSI. •1.1.6 The vendor shall purchase and install a minimum of two bleed valves on each loop, and at the end of all branch lines. Bleed valves shall be accessible via a hand-hole box that meets weight requirements described in paragraph 1.1.3. •1.2 Control Air •1.2.1 The vendor shall purchase and install a control air circuit that allows the targets to be reset at three locations on the range via foot pedal type actuators. The control air circuit can tap off the main supply air loop. •1.2.2 The target reset stations will be capable of resetting all targets that are in front of the shooter. The station furthest away from the impact berm shall be capable of resetting all targets on the range. The next reset station down range shall be capable of resetting approximately fifty (50) targets, and the last reset station shall be able to reset approximately eight (8) head rack type targets. A shooter does not need to be able to reset targets that are up range from their shooting position. •1.2.3 The reset stations shall be capable of resetting the targets within the following time constraints: •1.2.3.1 The first reset station shall allow one person to reset all targets on the range within twenty (20) seconds. •1.2.3.2 The second reset station shall be able to reset its applicable targets within fifteen (15) seconds. •1.2.3.3 The third station shall be able to reset the last area of targets in five (5) seconds. •1.2.4 The vendor shall include the estimated target reset time for their design in its proposal. The vendor shall assume two personnel are conducting continuous shooting and the compressor will have minimal time for generating air for the next target reset. •1.2.5 Any actuators, relays and switching devices utilized in the control circuit shall be rated for exterior marine environment use. •1.2.6 The Blackwater Bear Target System does not require control air, or reset capability via foot actuators. •2.0 Reactive Steel Targets •2.1 Pneumatic Pepper Poppers •2.1.1 The vendor shall design, purchase, and install sixty (60) pneumatic pepper popper type reactive steel targets. The target silhouette shall be constructed of ½ inch AR-500 steel. The vendor shall provide the Government steel manufacturer documentation certifying the brinell hardness of all AR-500 utilized for targets and splatter shields. •2.1.2 Fifty-five (55) of the pepper poppers shall be a single silhouette approximately 42 inches high. •2.1.3 Five (5) of the pepper poppers shall be small dueling type target poppers that are approximately 18 inches high. These targets shall have two (2) silhouettes per assembly. •2.1.4 The target base shall be designed to minimize bounce when the target falls, provide protection of pneumatic components, and minimize dirt and moisture intrusion into pneumatic components. •2.1.5 The vendor shall fabricate one (1) of each type of pepper popper target for Government inspection and acceptance prior to fabricating the remaining targets •3.0 Pneumatic Head Plate Racks •3.1 The vendor shall design, provide and install eight (8) pneumatic head plate racks that have a minimum of six (6) head plates per rack. •3.2 The height of the head plate racks shall be slightly staggered to allow all head plates to be visible from the first shooting station. •3.3 All head plates shall be eight (8) inches in diameter and fabricated from ½ inch AR-500 steel. •3.4 All protective cladding on the target racks shall be fabricated from ½ inch thick AR-500 steel. •3.5 The vendor shall fabricate one (1) head plate target rack for Government inspection and acceptance prior to fabricating the remaining targets. •4.0 Air Pressure Monitoring Gauges •4.1 The vendor shall provide and install 4 inch (or larger) liquid filled remote air pressure monitoring gauges in the range control room. Gauges shall display current air pressure at the compressor, on the loop for each side of the range, and at the Blackwater Bear System. •5.0 Acceptance Testing •5.1 Government Acceptance Testing. The vendor shall support a two (2) day (i.e. business days) Government acceptance test consisting of the Government operating the system. The vendor shall note any discrepancies during this time period and correct any problems prior to final acceptance by the Government. •6.0 Deliverables •6.1 The vendor shall deliver the following items: •6.1.1 2 complete sets of paper drawings showing the layout of the air lines, targets and actuators due upon completion of the contract. •6.1.2 One (1) electronic copy of all drawings in AUTOCAD format due upon completion of the contract. •6.1.3 1 complete repair parts list and source of supply in paper and electronic format due upon completion of the contract. •6.1.4 2 system operator manuals due upon completion of the contract. •6.1.5 1 electronic copy of the operator manual due upon completion of the contract. •6.1.6 Ten (10) spare forty-two (42) inch pepper popper silhouettes, 2 spare 18- inch pepper popper silhouettes, and 10 spare 8-inch head plates due upon completion of the contract. •6.1.7 The vendor shall provide 1 day of training for up to fifteen (15) personnel within twenty (20) days of the Government's final acceptance of the system. •7.0 Additional Information •7.1 Place of Performance. Target assembly shall be completed at the contractor facility. Final installation will occur at NSWDG. •7.2 Delivery. The delivery date for this contract shall be ninety (90) days. •8.0 Special Considerations •8.1 Contractor Furnished Materials (CFM) •8.1.1 The vendor shall furnish all material, equipment, and labor necessary to design and install the pneumatic target system, except those identified as Government Furnished Material (GFM) in paragraph 8.2 •8.2 Government Furnished Material (GFM) •8.2.1 The government shall furnish the following equipment: •8.2.1.1 Access to 110 VAC for operation of power tools •8.2.1.2 Air Compressor: Ingersoll-Rand Model #2-2000A20 •8.2.1.3 250 Gallon Accumulator Tank •8.2.1.4 400 Gallon Expansion Tank •8.2.1.5 Desiccant Dryer: Ingersoll-Rand Model #HL1601H00AA •8.3 Contractor Furnished Material (CFM) The vendor shall furnish the following equipment in accordance with paragraph 3.2 of the statement of work: One (1) each corrosion and impact resistant air line (i.e. galvanized pipe), from the GFM compressor to each side of the range •8.4 Warranty The vendor shall provide a 2 year warranty on the entire supply air lines and components to include regulators, cut out valves, and bleed valves; and a 1 year warranty on the control air circuit and its components, the targets and pressure gauges. The warranty period shall commence upon completion of the Government's final acceptance. Section E Inspection and Acceptance Terms CLIN 0001 Inspect at Destination by Government, Accept at Destination by Government Section I Clauses CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-7 Central Contractor Registration APR 2008 52.212-3 Offeror Representations and Certifications FEB 2009 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) MAR 2009 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns MAY 2004 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) Alternate I DEC 2001 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) - Alternate I JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.232-17 Interest OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.237-1 Site Visit APR 1984 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) JAN 2009 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 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: Technical Competence, Past Performance, Delivery and Price Technical competence, past performance, vendor qualifications, delivery and price, when combined, are relatively equal. Technical competence will be evaluated based on the following criteria: Durability and design of air lines: Expected life span of air lines Access ports and caps that house the flexible target riser line connections Durability of lines and connectors up to the target Method of routing air lines from the access port to the target Durability and design of proposed target assemblies and protection of its components: Stability of target during operation Are pneumatic lifting mechanisms exposed to dirt? Pneumatic lifters expected life span in an ocean front environment d. Is design of the lifting mechanism capable of effectively lifting a ½ inch thick steel target? How quickly the targets can be reset Timelines identified in the statement of objectives are the maximum; faster is better, but not sacrificing target stability Control air circuit Durability of selected switches, relays, air lines and valves in an outdoor marine environment Vendor qualifications will be evaluated based on the following criteria: •1. Vendor must have a minimum of five (5) years experience in the management of small arms range systems design, manufacturing and installation. Minimum of five (5) years experience in the management of pneumatic system design, manufacturing and installation. •2. Vendor must have a minimum of three (3) years experience in manufacturing procedures for small arms targets and assembly and installation of pneumatic components. (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. 52.252-3 Alterations in Solicitation (APR 1984) Portions of this solicitation are altered as follows: N/A 252.204-7000 Disclosure of Information (DEC 1991) (a) The Contractor shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless- (1) The Contracting Officer has given prior written approval; or (2) The information is otherwise in the public domain before the date of release. (b) Requests for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Contracting Officer at least 45 days before the proposed date for release. (c) The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer. SOFARS CLAUSES 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Director of Procurement. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. 5652.237-9000 Contractor Personnel Changes (1998) (a) The contractor shall have the right to remove his personnel assigned to perform the tasks hereunder and to substitute other qualified personnel provided that the Contracting Officer is notified of such removal and replacement. The contractor shall notify the Contracting Officer prior to such change, giving the new employee's name, security clearance and technical qualifications. (b) Any removals or replacements for the convenience of the contractor shall be at no additional cost to the Government. Cost to be borne by the contractor include but are not limited to time of travel, travel and training costs for replacement personnel. (c) Removals or replacements of contractor personnel shall be considered for the convenience of the contractor except when such removal is for: (1) Employees removed as a result of cancellation or completion of the contract, (2) employees replaced due to death or incapacitating illness or injury, (3) or employees removed or replaced at the Government's request. (a) If any employee removes him/herself from the employ of the contractor, such removal will be at no additional cost to the Government. 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, phone (757) 893-2713, email leigh.walker@vb.socom.mil. 5652.204-9000 Individuals Authorized to Sign (2003) (a) Proposals shall be signed by an authorized individual. The offeror hereby represents that the individual designated below is authorized to bind the corporation, partnership, individual or educational institution. Evidence of authorization shall be provided by the offeror in accordance with the applicable instructions below. If the offeror is a joint venture, each participant in the joint venture shall submit a separate representation. (1) CORPORATIONS: The signatory must be an official or person otherwise authorized to bind the corporation. A Corporate representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the corporation. Corporations may establish the authority of its agents by furnishing a power of attorney with the offer, a corporate resolution, or by causing the following representation to be executed under its corporate seal, provided that the same officer shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the firm named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the corporation and is __________________________ of said corporation; that said contractual instrument was duly signed for and in behalf of said corporation by authority of its governing body; and is within the scope of its corporate powers. AFFIX CORPORATE SEAL (Note: If a corporation does not have a seal or the offer is being submitted electronically, the offeror may print the word "SEAL".) ___________________________ (Signature) (2) PARTNERSHIPS: Partnerships shall establish their authority and the authority of their agents by completing the following representation, provided that it is executed by a partner other than the person signing the contractual instrument. I, _____________________________, represent that I am a partner of the firm of ___________________ consisting of the following partners _____________________________________________________; that ______________ signed this contractual instrument on behalf of said firm and is __________________________ of said firm; that said contractual instrument was duly signed for and in behalf of said firm by authority of partnership; and is within the scope of its corporate powers. __________________________ (Signature) (3) INDIVIDUALS: The signatory must be the owner and the contractual instrument shall be signed as such unless an agent's authority has been established through a power of attorney. Individuals submitting contractual instruments under an agent's signature must furnish a power of attorney to establish the agent's authority. (4) EDUCATIONAL INSTITUTIONS: The signatory must be an official or person otherwise authorized to bind the educational institution. A representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the educational institution. Educational institutions may establish authority of their agents by furnishing with their offeror a power of attorney, a corporate resolution or by causing the following representation to be executed, provided that the same individual shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the educational institution named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the educational institution and is __________________________ of said educational institution; that said contractual instrument was duly signed for and in behalf of said educational institution by authority of its governing body; and is within the scope of its corporate powers. ___________________________ (Signature) (a) Once a power of attorney or corporate resolution has been submitted to establish the authority of its agents, provide reference to the Procurement Instrument Identification Number with which it was submitted by including the following statement in lieu of furnishing an additional copy: "Evidence to establish the authority of the agent signing this document was submitted with Document Number _________________." All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. A site survey will be conducted at 10:00 a.m. on 12 May 2009. Visit requests must be emailed to Christine Anderson at christine.anderson@vb.socom.mil no later than 8 May 2009. Visit request information shall include visitor name, company name, social security number, date of birth, place of birth and a yes or no response whether visitor is a U.S. citizen. Individuals driving their personal vehicles must provide make, model and year of vehicle. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Christine Anderson by email at christine.anderson@vb.socom.mil, phone: (757) 893-2715, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00 p.m. Eastern Standard Time (EST) on 19 May 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8dc97588fc82d8b17d14940194d4aac8&tab=core&_cview=1)
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN01807041-W 20090503/090501221548-8dc97588fc82d8b17d14940194d4aac8 (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.