Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2010 FBO #3215
SOLICITATION NOTICE

69 -- Bullet sensor system for use with live-fire marksmanship training

Notice Date
9/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN10R0011
 
Response Due
9/25/2010
 
Archive Date
11/24/2010
 
Point of Contact
Joyce Merrill, (802)338-3190
 
E-Mail Address
USPFO for Vermont
(joyce.merrill@us.army.mil)
 
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. This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6 and 13.5 as supplemented with additional information included in this notice. Solicitation W912LN10R00011is issued as a Request for Proposal (RFP) and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-39. The NAICS code and small business size standard for this acquisition is 333319 and 500 employees respectively. USPFO for Vermont, VT-PFO-PC has a Firm Fixed Price requirement for a vendor to provide a wireless, bullet sensor system for use with live-fire marksmanship training. The requirements are specified in RFQ W912LN10R00011. A written copy of the RFQ is available via email request to bruce.r.demag@us.army.mil (802) 338-3188. The following clauses and provisions can be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: FAR 52.203-3, Gratuities, FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; FAR 52.204-7, Central Contractor Registration; FAR 52.209-5 Certification Regarding Responsibility Matters, FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2, Evaluation Commercial Items. Offerors must include with their offer a completed copy of provisions at FAR 52.212-3 Alt I, Offeror Representation and Certifications-Commercial Items. On-line registration is available at http://orca.bpn.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.219-8 w/Deviation, Utilization of Small Business concerns, FAR 52.222-3, Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorizes and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-3, Buy American Act Free Trade Agreements Israeli Trade Act; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer, Other Than Central Contractor Registration; FAR 52.233-4, Applicable Law for Breach of Contract Claim, FAR 52.222-3, Convict Labor, DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Send offers in writing to the POC listed above not later than 3:00 PM. eastern standard time, 25 September 2010. The fax number is (802) 338-3184. Award will be made on or about 27 September 2010. 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, with technical, past performance, warranty, price and other factors considered. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award. You can register in the CCR via the Internet at http://www.ccr.gov. The Vermont Army National Guard currently has a requirement for eight (8) wireless bullet sensor systems for use during live-fire marksmanship training. Capabilities should include the following characteristics: lightweight and battery operated technology, rugged enough to withstand a field or outdoor environment, easy to transport and set up, and calibrated to work with live fire marksmanship training up to 600 meters with 5.56mm and 7.62mm ammunition, and with the ability to sense and locate bullet hits on paper targets. Performance capabilities should include the ability to provide instant and precise feedback on the bullet strike on the paper target after each shot, recording items such as shot sequence, calculate shot groups and standard deviations within shot groups, and provide windage and elevation information after each shot to allow for easy and immediate sight adjustments. Should be light weight with durable, weatherproof carrying cases, one man portable, wireless, battery operated technology that uses acoustic sensors linked to a radio and commercial laptop computer using common paper targets. System software should also be easy to use and allow users to save and store shooting data for later recall and use. Any of equal bullet sensing targeting systems should provide the same salient characteristics as the DAS Electronics Bullet Sensor system with the following components: "Acoustic Sensor Array "Radio Transceivers "Ruggedized and waterproof laptop "Fold up Sensor Array Base Stand "Weather proof carrying case "Training manual "Paper targets "Training manual "Manufacturers warranty
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43/W912LN10R0011/listing.html)
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3099
 
Record
SN02278263-W 20100913/100911233831-39881b5f3f4eed930752852157abc04e (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.