Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2009 FBO #2848
SOLICITATION NOTICE

69 -- Pop Up Stationary Targets

Notice Date
9/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0416
 
Response Due
9/11/2009
 
Archive Date
11/10/2009
 
Point of Contact
Lisa Benjamin, 719-526-2416
 
E-Mail Address
ACA, Fort Carson
(lisa.benjamin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained in FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A QUOTE IS REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Request for Quotes (RFQ) number W911RZ-09-T-0416. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-36. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. Fort Carson intends to award a firm-fixed-price contract for Pop Up Stationary Targets. This requirement is being solicited as 100% small business set aside. The NAICS code for this procurement is 423910 with a small business size standard of 500 employees. Quotes shall include brand name or equal pricing of the following: CLIN; ITEM DESCRIPTION;QTYU/I 0001; AA8 Pop Up Stationary Infantry Target; 140 ea Minimum Specifications: -Battery operated 12 volt direct current. -Shall come with battery, power cables and battery enclosure box. -Radio controlled, narrow band frequency (reprogrammable), 2400 BAUD Modem. -Weight can be no more than 50 pounds (not including the battery). -Operating power requirement cannot exceed 100 watts (while target is moving). -Stand by power consumption cannot exceed 10 watts (while target is dormant). -Shall be capable of easily mounting Army E type, F Type and 3D standard silhouettes. -Shall be capable of exposure and concealment by a manual switch on the mechanism and by command from the remote controller/target controller. -Shall be capable of lifting up to 10 pound targets. -Shall be capable of exposure or concealment action in less that 1 second. -Shall be capable of sensing individual munitions impacts of 5.56mm and larger. -Shall be capable of reacting to munitions impacts: hit-fall, hit-hold, hit-bob. -Shall be capable of variable hit sensitivity settings that can be adjusted remotely. -Shall be capable of sensing a minimum of 300 munitions impacts per minute. -Dimensions (not including the target silhouette) with target in the exposed or concealed position shall not exceed: Height of 14 inches; Width of 24 inches; and Length of 24 inches. -Minimum operating environment of -20degress Farenheight to +120degrees Farenheight. -Shall be stackable. -Shall be environmentally sealed to protect the device from the elements (4 solid sides, bottom and easily removable lid for service and maintenance). -Shall be painted to prevent rust and corrosion from elements of the weather. -Shall not contain potentially harmful fluids, compressed oils or compressed gases (lubricants such as grease and similar are acceptable). -Shall have durable serial numbers on the outer shell of each lifter/mechanism. -Shall have mounting brackets so the targets can be secured. 0002; RZ14 Handheld Controller;3ea Minimum Specifications: -Shall be highly portable, one person transported and operated. -Battery operated 12 volt direct current. FOB Destination Delivery Address: DPTMS, Range Control Division Bldg 9550 2600 Wilderness Rd. Fort Carson CO 80913 Delivery Date: 30 days ARO CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) clauses are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.203-3 Gratuities ( Apr 1994); 52.204-7 Central Contractor Registration (Apr 2008); 52.212 -4 Contract Terms and Conditions-Commercial Items (Oct 2008); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Dec 2008); 52.219-6 Notice of Total Small Business Set Aside (Jun 2003); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-14 Limitations on Subcontracting (Dec 1996); 52.219-28 Post-Award Small Business Program Representation (Jun 2007); 52.222-3, Convict Labor (June 2003) (E.O. 11246); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar, 2007);52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332); 52.247-34, F.O.B. Destination (Nov 1991); 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 Validation (Alt 1) ( Apr 2005); 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Jan 2009), with the clauses 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and 252.204-7004 Alt A, Central Contractor Registration (Sep 2007); 252-225.7002 Qualifying Country Sources As Subcontractors (Apr 2003); 252.225-7012 Preference if certain domestic commodities (Dec 2008); and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). PROVISIONS INCORPORATED BY REFERENCE: Offerors shall comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. IAW FAR 52.212-1, the contractor shall submit their quote electronically via email, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, tax ID or size of business, delivery days, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), and FOB. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. The contractor can register at https://wawf.ef.mil/index.html. The contractor shall provide in writing a signed copy of the Buy American Act Certificate located at 252.225-7000 Buy American Act--Balance of Payments Program Certificate. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price Offers will be evaluated on a pass or fail basis to determine whether the proposed targets meets the salient physical, functional, or performance characteristics identified in the CLINs. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The provision at 52.212-3, Offerors Representations and Certifications Commercial Items. (Jun 2008) applies to this acquisition. A completed copy shall be submitted with your quote or completed online at the ORCA website. Additional provision which apply to this acquisition; 52.211-6 Brand Name or Equal (Aug 1999); 52.233-2 Service of Protest (Sep 2006) and 252.209-7001 Disclosure of Ownership or control by terrorist country (Jan 2009). All questions shall be submitted in writing to Lisa Benjamin, Contract Specialist, at lisa.benjamin@us.army.mil by 11 Sep 09, no later than 10:00 am. MT. No phone calls will be accepted. Quotes shall be received via email at lisa.benjamin@us.army.mil no later than 5:00 PM. MT, 11 Sep 09. Late quotes will be processed in accordance with FAR 52.212-1. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0416/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN01948164-W 20090911/090910002129-84b267667d7f1f0f5e72a5483ca292d7 (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.