SOURCES SOUGHT
78 -- Target Retrieval System - Draft Statement of Work
- Notice Date
- 7/26/2017
- Notice Type
- Sources Sought
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Air Force, US Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270, United States
- ZIP Code
- 09461-0270
- Solicitation Number
- FA558717Q0071
- Archive Date
- 9/30/2017
- Point of Contact
- Jenna Colon, Phone: 01638521221, Paul Haynicz, Phone: 01638522250
- E-Mail Address
-
jenna.colon.2@us.af.mil, paul.haynicz@us.af.mil
(jenna.colon.2@us.af.mil, paul.haynicz@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of work DRAFT Statement of Work: SCOPE: The contractor shall provide all parts, materials, equipment, transportation, and personnel to provide and install a firing range target retrieval system and associated equipment. Delivery and installation will be at Bldg. 232, 48 Security Forces Squadron (SFS), Combat Arms Firing Range, RAF Feltwell, England, United Kingdom. a. The contractor must ensure the firing target retrieval system is an electronic all-wheel drive system which moves targets to pre-loaded distances using a programmable master range control system hard wired within the control tower for twenty-one (21) points. System shall be completely independent of bus bars and cables and include target carriers, drive units, and track assemblies for each firing point which are rifle rated for safe and reliable operation in outdoor conditions. b. Install target retrieval system on site that will allow the Combat Arms staff to program firing targets for twenty-one (21) points to a maximum distance of 75 meters from the firing point using a master control panel system. c. The target retrieval system shall maintain a distance accuracy within 1 inch, auto calibrate, and smoothly move to preprogrammed distances held by a ballistic target clamp. d. The modular track shall be: aa. Ballistic; constructed of heavy-duty 11-guage steel (min.) to resist damage bb. Safe; Design should prevent ricochets from leaving the range cc. Design; Design should support easy installation and service e. The Master Control System shall be hard wired to provide the tower operator/range master complete control of entire retriever system and include: aa. Target Control; actuate target system in one central location bb. Range Control; Program retriever and range condition lights cc. Custom Programs and Drills; Program custom courses of fire and drills f. Target Clamps aa. Operation; Capable of releasing target with one hand bb. Ballistic; constructed of steel and angled to deflect rifle rounds g. Lighting aa. Illumination; while light to illuminate target during reduced visibility h. Power Requirements aa. Voltage; dual capability of 120/240vac and 20/15 amp i. Target Behavior aa. Turning; rotation to a full 360 degrees bb. Spin; spin to promote randomness STATEMENT OF WORK TARGET RETRIEVAL SYSTEM RAF FELTWELL, ENGLAND, UK j. The contractor shall provide a plan for providing a certified technician to provide warranty response within a reasonable time from a call requesting warranty support. k. Contractor shall provide a trainer to conduct hands on training of at least 8 hours which includes complete operation of the target retrieval system. This would include a minimum of twelve (12) Combat Arms Training & Maintenance staff personnel. l. The contractor will comply with British Standard 7671 "Requirements for Electrical Installations" and wiring color coding and will coordinate with the 48th Civil Engineering Squadron (CES) and a certified British electrician prior to making any electrical connections. m. Contractor shall provide an Electronic As-Built Drawing (PDF and/or AutoCAD) following the completion of all work to 48 CES and 48 SFS and provide those as part of the final Performance Verification Test (PVT). n. The Government will designate a project inspector to observe and document overall performance of the contract and provide technical support. The inspector will report directly to the Functional Commander/Functional Director (FC/FD) and Procuring Contracting Officer/Administrative Contracting Officer (PCO/ACO). o. The project inspector will conduct a visual and physical inspection of installed system for any discrepancies of work. Items installed and work completed is to be in compliance with UK and USAF building codes and laws. This will include a function test of the system with a test course of fire. Any discrepancies found are to be resolved by the contractor prior to customer acceptance. Customer may conduct visual and/or physical inspections prior to, during, and up to customer acceptance of the completed project. Contractor Consent to Background Checks: The contractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general wellbeing or operational mission of the installation and its population, nor shall the contractor employ persons under this contract who have an outstanding criminal warrant. Contractors will provide a list of employees performing work to the project manager no later than seven (7) business days prior to work starting. The list will contain workers full name and date of birth. Security Forces will perform a background check, of at minimum, ten percent of individuals on the list. Workers will make contact with the project manager prior to arriving on base. An assigned escort will meet the workers at Visitor Control Center and will escort the workers to and from the work site. Contractor Registration of Vehicles on RAF Lakenheath: All contractor or contractor employees' vehicles used for the performance of this contract shall comply with all UK vehicle safety regulations. Additionally, any pass shall be surrendered to Security Forces upon demand to positively identify a person's need to be on RAF Lakenheath. STATEMENT OF WORK TARGET RETRIEVAL SYSTEM RAF FELTWELL, ENGLAND, UK Access to Installation during Force Protection Conditions (FPCONs): Force protection conditions could fluctuate and could reduce access to RAF Lakenheath. Contractors should be aware that the time taken enter RAF Lakenheath could be impacted and should plan accordingly when entering the base. Property Protection: Property protection for facility where the contractor's primary work center is located will be the responsibility of the local facility manager and local Government Security Manager, or their duly authorized representative IAW AFI 31-101, Integrated Defense and command/local directives. The contractor shall safeguard all government-owned equipment and materials in his/her possession or use. Safeguarding Classified or Unclassified Information: The contractor shall meet Air Force standards for storing, processing, and handling classified information and systems. Additionally, all resources (e.g. maps, publication/instructions, photos) provided by the government to assist the contractor in the performance of their contract will be surrendered upon termination of employment or the end of the contract performance period. Non-Disclosure Agreements: To safeguard information, the contractor shall enter into non-disclosure agreements with the responsible local security manager. Privacy Act: Work on this project requires that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3fa5f92869421714ce8fba5850729c39)
- Place of Performance
- Address: RAF Lakenheath, United Kingdom
- Record
- SN04599996-W 20170728/170726232902-3fa5f92869421714ce8fba5850729c39 (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 |