Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1997 PSA#1898

DIRECTORATE OF CONTRACTING, DRAWER 70120, FORT BRAGG NC 28307-0120

69 -- TARGET SYSTEMS SOL DAKF40-97-R-0027 DUE 090197 POC Contract Specialist BOB DRISCOLL (910) 396-4362 X225 Contracting Officer Catherine Wilt (910) 396-4362 X236 (Site Code DAKF40) The US Army, Fort Bragg, North Carolina has a requirement for the purchase of Portable Infantry Target Systems (PITS) with night effects simulators, spare parts kits, Battle Effects Simulators (BES) and Sound Effects Simulators (SES). This is a combined synopsis/solicitation for commercial items prepared IAW the format in the FAR 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. All proposals must reference the Request for Proposal (RFP) number DAKF40-97-R-0027. This solicitation document and incorporated provisions and clauses are those in effect through FAC 90-46. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. This requirement is being issued as a 100% set aside for small business concerns only. The Standard Industrial Code (SIC) used for determining business size on this project is 3949, andto be considered a small business under this code, the average employment of a business concern, including the employees of its domestic and foreign affiliates, must be 500 or less employees during each of the pay periods of the preceding 12 months. Contract Line Item Number (CLIN) 0001 is for sixty (60) each Portable Infantry Target Spare Parts Kits for CLIN 0004. CLIN 0002 is for fifteen (15) each BES. CLIN 0003 is for five (5) each SES. CLIN 0004 is for sixty (60) each Portable Infantry Target Systems with Night Effects Simulator. Description of CLINS follows: CLIN 0001 -- Kits shall allow full repairs at the user level, excluding radio frequency module repairs. Offeror shall provide as a part of proposal, a comprehensive list of spare parts included in the PITS spare parts kit offered. CLIN 0002 -- The BES shall be one person portable and stackable; waterproof; battery operated with an external 12 volt rechargeable DC battery with automatic shut-off to conserve battery power, secured within the carrying frame; produce an audible sound at 500 meters with adjustable volume control; provide a range of weapon sounds to include 5.56, 7.62, and .50 caliber in both single shot and burst; and operate in synchronization with muzzle flash/night effect simulator. CLIN 0003 -- SES should be a lightweight portable system (2 man carry); stackable for storage and transportation; operate on 12VDC; be controlled by radio frequency through use with the Handheld Controller; Provide sounds of 5.56mm, 7.62mm, 30 and 50 caliber as well as play pre-recorded tape sounds and provide public address capability; Provide single shot, 3 round burst, 7 round burst, 20 round burst (7.62mm), 14 round burst (30 cal and 50 cal), and repeat capability of multiple burst for 7.62mm, 30 cal and 50 cal. CLIN 0004 -- PITS with Night Effects Simulators shall be an infantry target mechanism capable of raising and lowering pop-up silhouette targets and shall be remotely controlled; shall have target arms that allow the change in method of target presentation; ie. pop-up, sideways, swing out, or edge-on; must be one person portable with lifting handles and the ability to be stacked; lightweight, less than 50 pounds excluding battery; self-contained system which is easily set up within 5 minutes; battery powered with an external, 12 volt DC rechargeable battery secured within the carrying frame; two way radio controlled operating on either 143.075 MHz or 143.150 MHz. All targets must operate on one of these two frequencies. Externally connected radios are not permitted; climatically protected in that it shall be waterproof, dustproof, and immersible. Immersibility shall be up to 24 hour period with no internal seepage; built to withstand austere training environment and transportation in open vehicles through rough terrain; compatible with existing PITS and Small Arms Retaliatory Targets manufactured by ATA Defense Industries; Multiple Integrated Laser Engagement System (MILES) compatible. The hit sensor of the target must be activated by the Multiple Integrated Laser Engagement System's shock generator mechanism assembly; and Muzzle Flash/Night Effects Simulator shall be activated by the hand held controller, addressed to specific host target. Simulator provides moon glow, retaliatory muzzle flash and illuminates target when hit for night effect. The PITS, BES, and SES must be fully compatible with and capable of being operated by existing Hand Held range control system (ATA HTC). All CLINS shall be delivered and accepted FOB destination, to Supply & Services Division, DOL, Building J- 2535, Bay 1, Knox Street, Fort Bragg, NC not later than sixty (60) days after contract award. Offerors are advised that the following FAR provisions and clauses apply to this procurement: 52.212-1, Instructions to Offerors-Commercial, with paragraph "c" being changed to read "60 calendar days" acceptance period in lieu of the "30 calendar days"; 52.212- 2, Evaluation-Commercial Items, with the following evaluation factors inserted in paragraph "a" of the provision: (1) Proposals will be evaluated for technical acceptability of the items offered, (2) Proven Performance and (3) price. All proposals will be subject to evaluation by a team of Government personnel. Technical proposals will be evaluated to determine if they are acceptable or unacceptable. This evaluation of the technical proposal applies to all CLINS. To be determined technically acceptable, offerors' items must meet the Government's minimum needs as specified above. Technical Acceptability is substantially more important than proven performance, which is more important than price. The combination of Technical Acceptability and Proven Performance is substantially more important than price. 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. The Government intends to make a single award to the offeror whose proposal is considered to be most advantageous to the Government. In order for the Army to determine before award whether the products offered meet the specifications and to establish exactly what the offeror proposes to furnish, it is imperative that descriptive literature be provided. Each offeror is required to submit, with their offer, descriptive literature. Descriptive Literature shall be in the form of drawings, manufacturer's specifications, commercially printed brochures, catalogs, advertising which provides detailed descriptions of the salient characteristics of the items offered, or any other literature that can substantiate the offered items conforms to the specifications mentioned above. Systems that meet the specifications and which have been in use in military or civilian range environments will be rated more favorably than new products which have no performance history. Offerors are required to provide the location, point of contact, telephone number and location where the system you are offering are in use or have been in use. If this is a new system, you may provide information for similar systems. FAR 52.212-3, Offeror Representations and Certifications- Commercial Items and Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their proposal. The following clauses are incorporated into this solicitation: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items with the following clauses cited in subparagraph (b) of this clause being applicable to this acquisition: 52.203-6 Alt I, 52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37. Additionally, DFARS 252.225-7000, Buy American Act -- Balance of Payments Program Certificate; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, with the clauses 252.225-7001 and 252.247-7024 listed under 252.212-7001 are applicable. Proposals shall be received at the Directorate of Contracting, Drawer 70120, Bldg 1-1333, Room 107, Corner of Macomb and Armistead Streets, Fort Bragg, NC 28307-0120, not later than 3:00 PM ET, 18 Aug 97. Offerors are required to submit proposals that include (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered supplies with unit and total prices for the particular CLIN and grand total for all four CLINS, (2) technical literature, to include the spare parts list for CLIN 0001, (3) published price list if available, (4) completed representations and certifications, and (5) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the CBD the same as this combined synopsis/solicitation. Numbered Note 1 applies to this requirement. Points of contact for this requirement are Mr. Bob Driscoll or Mrs Catherine Wilt at 910-396-4362 extensions 225 or 236 respectively. (0209)

Loren Data Corp. http://www.ld.com (SYN# 0371 19970730\69-0001.SOL)


69 - Training Aids and Devices Index Page