Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2013 FBO #4410
MODIFICATION

99 -- Install, upgrade fog machines & activation

Notice Date
12/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
H92244-14-T-0047
 
Archive Date
1/3/2014
 
Point of Contact
Courtney Greco, Phone: 7578629471
 
E-Mail Address
courtney.greco@vb.socom.mil
(courtney.greco@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
12/19/13 - AMENDMENT 0002: THIS AMENDMENT IS ISSUED TO DELETE AMENDMENT 0001 IN ITS ENTIRETY. THE CORRECT CLOSING DATE/TIME IS THURSDAY, 19 DECEMBER 2013, 10:00AM EST. 12/19/13 - AMENDMENT 0001: THIS AMENDMENT IS ISSUED TO EXTEND THE CLOSING DATE FROM 19 DECEMBER 2013 TO 13 JANUARY 2014. This is a combined synopsis/solicitation for commercial services 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 requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0047. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71 effective 25 November 2013. This procurement is unrestricted and the associated North American Industry Classification System (NAICS) code is 238210 with a standard business size of $14 million. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Sole Source Justification: The Naval Special Warfare Development Group (NSWDG) anticipates an award of a sole source firm fixed price contract (FFP) to Strategic Systems, Inc. of 3434 Central Parkway SW, Decatur, IL, 35603 for the procurement of an upgrade to the Close Quarters Combat Recording (CQCR) system at the Multi-Story Trainer (MST). The CQCR is utilized for after action review, video storage, special effects, audio and communication with the control room. The system was installed by Strategic Systems Inc. (SSI) in 2007. This requisition is to add fog machine activation and control the facility through the CQCR system. The fog machine components must be compatible with the proprietary software installed by SSI. If a non-compatible design was installed, the software for the CQCR would have to be modified or rewritten to accommodate at a significant cost increase. Range Division has three CQCR Systems which were all installed by SSI. This was done to provide a single system design. A technician can be trained on the one system and be technically proficient to operate any of the three separate control rooms. SECTION B Schedule of Supplies and Services CLIN 0001 Install upgrade fog machines & activation to the Close Quarters Combat Recording (CQCR) System at the Multi-Story Trainer (MST). See Section C for Statement of Work. QTY: 1 LOT Place of Performance: Virginia Beach, VA 23461 FIRM FIXED PRICE FOB DESTINATION SECTION C Statement of Work A.1 INTRODUCTION A.1.1 This requirement upgrades the Close Quarters Combat Recording (CQCR) System in the Government's Multi-Story Trainer (MST). A.2 BACKGROUND A.2.1 The MST CQCR System was upgraded in 2007. The CQCR is an after action and special effects system utilized within a live fire small arms and explosive breaching range. The CQCR provides video recording of evolutions; control of lights and magnetic locks; and activation of sound effects and pop-up targets. Activation of the special effects is accomplished through camera pixel motion detection through and a PELCO Endura System. The user interface for the CQCR system is a Wonderware Program. The existing system was designed and installed by Strategic Systems Inc. A.3.1 There is a requirement to add fog machine activation and control to the facility through the CQCR System. A.3 SCOPE OF WORK A.3.1 This requirement is for the upgrade of the MST CQCR system. Major objectives include: -Mounting and installing sixteen VIPER NT Fog Machines. -Connecting fog machines to existing power outlets and control cables and verifying their functionality. -Purchasing, installing, and testing hardware to control the fog machines. -Modifying and testing existing control station software to allow remote energizing, monitoring, and control of fog machines. -Test operation of all fog machines in all operational modes. SOO PART B-WORK REQUIREMENTS TECHNICAL REQUIREMENTS B.1 MOUNTING AND INSTALLING FOG MACHINES B.1.1 The contractor shall mount and install 16 VIPER NT fog machines in the Government's facility. Four machines shall be installed in each of the four training areas of the facility. B.1.2 The fog machines shall be mounted above the suspended ceiling in locations designated by a Government representative. B.1.3 Fog machines shall be connected to existing electrical outlets in the vicinity of fog machine mounting points and tested for functionality. B.1.4 The Government will provide 8 conductor low voltage control cables to each fog machine location. The contractor shall note in its proposal the cost of connecting the fog machines to the existing control box in the ground level equipment room, and the cost for relocating the existing controls to equipment room 201. The Government will determine which location is to be used upon proposal evaluation. The contractor shall test control cables for functionality. B.2 HARDWARE INTERFACE FOR FOG MACHINE OPERATION B.2.1 The contractor shall purchase and install all hardware required to establish remote operation of the 16 fog machines from the facility control room through the control room operator work station. B.2.2 The contractor's proposal shall detail hardware that is to be installed to facilitate item B.2.1. B.2.3 The installed hardware shall be designed to provide a capability that does not require personnel to access the fog machines for routine operation (power on/off, turn on and adjust fog levels, check status of warm up cycle). Fog machine access shall only be required for fluid change and trouble shooting. B.3 SOFTWARE INTERFACE FOR FOG MACHINE OPERATION B.3.1 The software interface to be used for this requirement was installed by Strategic Systems Inc. This Wonderware based system shall be updated under this requirement to support operation of the 16 fog machines. B.3.2 Software upgrades shall allow the system operator to power on, power off, adjust fog output, and monitor status of warm up/standby cycle for all 16 fog machines through the existing Wonderware based CQCR system. In addition, the software shall be modified to initiate shutdown of the fog generators upon shutdown of the CQCR system and when a panic button is depressed inside a training area. B.3.3 The contractor shall test all software upgrades to validate its operation and to validate other program areas are not affected by the modifications. B.4 DELIVERABLE ITEMS B.4.1 MANUALS AND SUPPORTING DOCUMENTS -Design Package that consists of two full sets of blue prints for all work performed, blueprints shall have a Parts Breakdown List that includes the Vendor and Model numbers of all equipment used. Package shall also include one electronic copy of all drawings in AutoCAD format. -Update existing Strategic System drawings M60627-E-300 to 307 and M60627-E-M001 -Two sets of training manuals that include step by step operation of installed equipment and software. -A manual that specifies all software specific files/locations that are required to operate the system. These shall include text files for Pelco scripts, SQL related files and any files required to completely rebuild the system in the event of a catastrophic computer failure. -One electronic copy of all manuals. SOO PART C-SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE C.1.1 Software development, minor product assembly, and engineering shall be conducted at the contractors facility. C.1.3 Final installation and acceptance shall be in Dam Neck Annex, Virginia Beach, VA. The final Government Acceptance shall be a one day test with NSWDG personnel operating the system with, one Contractor personnel on hand to note any discrepancies. The Contractor shall correct any problems noted prior to final acceptance by the Government. C.2 PERIOD OF PERFORMANCE C.2.1 The Contractor shall complete this requirement within 4 months of contract award. C.3 SPECIAL CONSIDERATIONS C.3.1 Contractor-Furnished Materials The contractor shall furnish all materials necessary for installing and testing equipment and software, except those noted in C.3.2 C.3.2 Government-Furnished Materials and Services -Access to 110VAC for power tools -16 Look Solutions VIPER NT Fog Machines -Power outlets in overhead for connection of fog machines Section I Clauses FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Jul 2013 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Jul 2013 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jul 2013 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Aug 2013 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt II (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A System for Award Management Alternate A May 2013 DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate Jun 2012 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Jun 2013 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 SOFARS 5652.252-9000 Notice of Incorporation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-2 Evaluation - Commercial Items Jan 1999 FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Aug 2013 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 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 Ana Downes, telephone (757) 893-2722. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request 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 the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. FAR 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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. 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. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil. To expedite contract award, please include your Tax Identification number, Cage Code, Delivery/Installation lead time (if applicable), DUNs number, payment preference (EFT or purchase card) and confirm your business is active in SAM database. Quotes must be received no later than 10:00am Eastern Standard Time (EST) on 19 DECEMBER 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0047/listing.html)
 
Place of Performance
Address: Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN03255873-W 20131221/131219235312-dbff44605fe429260a02edc8c5c18f15 (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.