Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOLICITATION NOTICE

38 -- Range Target Shelters

Notice Date
8/29/2012
 
Notice Type
Cancellation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
MICC - Fort Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D0-0010215075
 
Response Due
9/6/2012
 
Archive Date
11/5/2012
 
Point of Contact
Charles C. Allen, 907-353-2471
 
E-Mail Address
MICC - Fort Wainwright
(charles.c.allen.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. 0010215075 is being issued as a Request for Quote, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-32. Request is for Brand Name or Equal to: International Program Group, Sustainable Range Shelter (1) 8' x 12' Sustainable Range Shelter (1) 12' x 12' Sustainable Range Shelter (1) 12' x 20' Sustainable Range Shelter (1) 12' x 12' (two story) Sustainable Range Shelter Shipping to Destination (Alaska) on a separate line Modular shelter that can be assembled and erected to serve as a background or expendable facade for range targets used in live fire or non-live fire combat and MOUT training exercises. The panels of the shelters must be ballistically designed to allow rounds of ammunition to pass through with no or minimum damage to the panels. Shelters must be able to withstand direct fire from the 5.56 SAW, the 7.62 M240G, 50 Cal, and a SMAW Rocket that will pass through the panels without compromising the integrity of the shelter, and must minimize scattering, splash back, and / or ricocheting by the ballistic projectiles passing through the panels. The panels of the shelter must be modular and portable and have no environmental impact. The panels must be self sealing. Any entry and exit areas made by ballistics passing through the panels must be easily repaired by a liquid bond material. Disposal and repair of the shelter panels must not require any HAZMAT precautions. Irreparable panels can be recycled. The product must be able to fully integrate with the existing IPG, Sustainable Range Shelter equipment. These structures can be taken apart, moved and reconfigured. It is essential that the same connection system is used and that it can provide the reconfigurable capability the product currently on hand. It must also match dimensionally in terms of width and height. The structures have to be able to handle the wind and snow loads based on standard design criteria for Alaska. The structures have to have demonstrated performance in extreme arctic conditions. Offeror shall provide (3) three separate (Fort Wainwright, Fort Greely, and Fort JBER). Each quote shall identify identical requirements as listed above. Offerors shall include a completed copy of DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate, if applicable or complete this document in http://orca.bon.gov. A copy of the Offerors Representations and Certifications and Buy American Act Balance of Payments Program Certificate may be obtained at http://farsite.hill.af.mil FAR 52.212-2 Evaluation - Commercial Items. 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. Technical capability of the item offered to meet the Government requirement, when compared to price. FAR 52.212-4, Contract Required to Implement Statutes or Executive Orders. Award can only be made to contractors registered in the Central Contractor Registration http://www.ccr.gov. The following additional FAR Clause provisions apply 52.203-6, 523217-8, 52.219-4, 52.219-8, 52.219-23, 52.222-3, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.225-13, 52.232-18, 52.232-36, 52.233-3 and FAR 52.252-1 and 52.252-2 apply and are filled in to read same website in this document. DFARS clauses 252.204-7004, 52.212-7001 DEV, 252.225-7001, 252.225-7002, 252.243-7001, 252.246-7000 and 252.247-7003, Alt III apply to this procurement. POC for questions regarding this requirement is Charles Allen at 907-353-2471 OR CHARLES.C.ALLEN.MIL@MAIL.MIL Offers should be faxed to Charles Allen at 907-353-7302 or emailed to charles.c.allen.mil@mail.mil no later than 1700hrs EST on 6 September 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e5533cec435ee07fb2d183bfb908995a)
 
Place of Performance
Address: MICC - Fort Wainwright PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN02859856-W 20120831/120829235250-e5533cec435ee07fb2d183bfb908995a (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.