SOURCES SOUGHT
56 -- Range Construction Work
- Notice Date
- 1/22/2009
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS07-09-Q-00082
- Archive Date
- 2/6/2009
- Point of Contact
- Steve L Davis,, Phone: 609-813-3370
- E-Mail Address
-
steve.davis@dhs.gov
- Small Business Set-Aside
- N/A
- Description
- The Facilities & Services Branch (FSB) of the Federal Air Marshal Service (FAMS) is issuing a Request For Information (RFI) on the subject of outdoor range construction, including targetry and bullet trap installation. Specifically, the Government seeks to accomplish the following: •Installation of a GFM Action Target Total Containment Trap system, including all site work and infrastructure necessary to provide a turn-key system •The installation will require site work (earth moving, drainage, leveling & grading of the existing range surface, installation of drainage lines to existing retention pond, etc. •Installation of various plumbing and mechanical components, (including pneumatics) •Installation of electrical (both line voltage and low voltage) •Installation of a retaining wall (roughly 8’ in height above grade by 110’ in length) method and materials to be discussed. •Installation of concrete & concrete pads(flatwork, blockwork, and foundations) and concrete piers where necessary (roughly 20,000sf) •Installation of an Action Target Total Containment Bullet Trap in accordance with manufacturer’s specifications. The bullet trap is already owned by the Government and will be provided during the course of this project as Government Furnished Material (GFM). •Installation of two (2) new pneumatically or electrically actuated, electronically controlled, computer programmed target systems. One of the new target systems shall employ thirty (30) 180-degree turning targets and two (2) track-runner style targets on a 25-yard range. The other target system shall employ twenty-seven (27) new pneumatically actuated, electronically controlled, computer programmed reactive steel bobber-style targets that present both a “shoot” and a “no-shoot” scenario to the shooter and fourteen (14) 8” reactive steel plates that are reset pneumatically. A separate computer shall be supplied for each target system. Each target system will be capable of running pre-programmed “Courses of Fire”. The computer, the software, the programming, and the Courses of Fire should be interchangeable, both within the two systems provided and the five (5) existing target systems. •Installation of a new compressor and air dryer of sufficient capacity to support all of the targetry mentioned above and a small weapon cleaning bench with twelve (12) nozzles, including all piping, valves, regulators, cleanouts and associated parts, assemblies and sub-assemblies. The air compressor and dryer shall be the exact type of the units already installed to facilitate interchangeability of parts. This market survey is for information and planning purposes only, does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the US Government. The Government implies no intention or opportunity to acquire funding to support current or future development efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this survey or results of any information submitted. Respondents may not be notified of the results of this survey or results of information submitted. A site visit will be held at the William J. Hughes Technical Center in Atlantic City on 05 February 2009, 10:00 AM, EST with all parties meeting at the Security Operations Center Main Gate. Security issues require companies to identify personnel whom will be attending the site visit. Please contact Joe McAnally 609-813-3305 or emailjoseph.w.mcanally@dhs.gov to preregister for the site visit.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db7922ce51aba5870894b44926bdf2f8&tab=core&_cview=1)
- Place of Performance
- Address: Atlantic City, NJ, United States
- Record
- SN01736098-W 20090124/090122215333-db7922ce51aba5870894b44926bdf2f8 (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 |