SOURCES SOUGHT
69 -- The government is seeking sources to for the procurement and installation of modular range control towers on three separate ranges at Marine Corps Air Station Cherry Point NC.
- Notice Date
- 5/16/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARCORSYSCOM/PM TRASYS
- ZIP Code
- 00000
- Solicitation Number
- M6785408R8092
- Response Due
- 5/31/2008
- Point of Contact
- Fred Boehne fred.j.boehne@usmc.milDwight Hall dhall@mkisystems.com
- Small Business Set-Aside
- N/A
- Description
- The government is seeking sources to for the procurement and installation of modular range control towers on three separate ranges at Marine Corps Air Station Cherry Point NC. Two of the towers will be stationary; one will be trailer mounted and are described below. The contractor will be required to fabricate and install a total of three modular range control towers. The two stationary towers will be approximately 9 x 12 foot, two story towers. The lower level must provide secure storage for air compressors, range tools and target materials. It must have a lockable solid core door and a vertical rising issue window with interior security bars to facilitate passing out ammunition and other materials. The issue window must be about 24 inches square and equipped with an exterior stainless steel counter approximately 12 inches deep and four feet wide mounted below the window. Two additional sliding windows 18 x 36 inches with security bars are required on the lower level. Two stainless steel counters must be installed on the interior walls of the lower level. It must have an external stairway with a landing and appropriate guard rails to the upper level with another lockable door to access the observation/control area. The upper level must have clear, tempered glass windows to provide relatively unrestricted visibility to the front and sides and some visibility to the rear. Side windows should be sliding style for ventilation. Floors should be metal with tread-plate covering. The towers should be insulated to R-9 in walls and R-17 in ceiling. The second story must have an appropriate HVAC system to maintain adequate working conditions during extreme temperatures. Second story will be fitted with a painted steel counter top. Tower must have a public address system mounted on the front exterior corners with amplifier and microphone located on the second level of the tower. Tower commands must be audible to a distance of 50 yards on each side of the center line. Tower must be wired with a 12 circuit electrical panel with standard interior lighting and plugs on both levels plus a single 230V standard outlet on the bottom level. An exterior spot-light to illuminate the stairway is required. Power will be provided from a stand-alone generator provided by the contractor. At locations with existing shore power at the site, the towers may be wired in at the option of the government. All electrical circuits must be GFI protected. All switches and plugs must be weatherproof. Stationary Towers must be wired for two standard phone lines on the interior of the second level and have one weatherproof external phone jack. Government will be responsible for connections to installation power and phone lines. The trailer mounted control booth should be of aluminum construction, with clear anodized embossed aluminum exterior and interior surfaces. It will be about 8 wide x 8 long by 11 high to accommodate storage during inclement weather and hurricanes. Walls, ceiling and floor must be of a construction to allow R-10 insulation throughout. Metal diamond plate flooring is desired. Door must be metal with key in knob lockset. Windows must provide near unrestricted visibility to the front and both sides with some visibility to the rear. They shall have aluminum frames and inserts and to be industrial quality with active window panel to slide horizontally. Windows must include inside positive locking device. Windows to be glazed with clear tempered safety glass. Counter across the front of the tower should be at least 22 deep, full-width steel counter. Electrical service of 120v supplied by a 14 gauge water resist 30 retractable exterior power cord must include a 12 circuit load center, pre-wired in conduit, with main breaker. The tower must have at least five dual outlets and sufficient fluorescent lighting for administrative work. There must be four weatherproof GFI protected dual outlets mounted on the exterior of the tower. Additionally, two dual outlets must be mounted inside the storage area and include sufficient lighting with a protective cage in the storage area. The unit must have an adequate HVAC system to operate during inclement weather. The tower must be equipped with a public address system with externally mounted speakers. The roof corners must be reinforced to handle range PA speaker mounting, vibration and wind strain. Trailer dimensions should be 16' x 8' x 2' high with an articulating turning axle. The trailer will be towed by diesel powered cart with a standard military tow hitch. It must have an extended tow-bar and brake/grab handles on both sides and back. The storage area 8 x 8 x 4 will be attached adjacent to the tower. Storage area must have full length lockable doors for ready access. A trash can shelf 24 inches deep across the width of the trailer must be installed at the end of storage area. The total award will be approximately $190K with an anticipated delivery date of 90 days after contract award. This request for proposal in no way implies either implicitly or explicitly that respondents will be compensated in any way by the US Government for information or materials provided. It should not be construed as a commitment of any kind by the US Government to issue a solicitation. Any information provided to the Government in response to this RFI will become USMC property and will not be returned. All proprietary or classified information will be treated appropriately. Written response is requested within 15 days after publication of this notice. No phone calls will be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=67b8166137012db12f761d98c9f4fb75&tab=core&_cview=1)
- Record
- SN01575466-W 20080518/080516221302-67b8166137012db12f761d98c9f4fb75 (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 |