Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2012 FBO #3780
SOLICITATION NOTICE

69 -- Machine Gun and IED/Blast Simulator - Package #1

Notice Date
3/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-12-T-0012
 
Archive Date
4/27/2012
 
Point of Contact
James T. Locklear, Phone: 9104323421
 
E-Mail Address
james.t.locklear@us.army.mil
(james.t.locklear@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FedBizOps RFQ Simulators The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for a quantity of ten (10) Machine Gun Simulators, three (3) IED/Blast Simulators, thirteen (13) Oxygen and Propane Sets, and ten (10) simulator stands for Machine Guns. This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 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. All persons responding must reference solicitation number H92239-12-T-0012 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57 effective 15 March 2012. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at http://farsite.hill.af.mil. This requirement is set aside for a small business. The North American Industry Classification System Code (NAICS) is 332994 and the size standard is 1,000 employees. REQUIREMENT. The U.S. Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for items that are brand name or equal for XM-2A Machine Gun Simulator, and XM-10 IED/Blast Simulator. Items called for by this Request for Quotation have been identified by a "Brand Name or Equal" description. USASOC request a quantity of ten (10) Machine Gun Simulators Brand Name (XM-2A manufactured by Int'l Repo-Depo Inc.), three (3) IED/Blast Simulators Brand Name (XM-10 IED/Blast Simulator manufactured by Int'l Repo-Depo Inc.), thirteen (13) Oxygen and Propane Sets, and ten (10) simulator stands for Machine Guns Brand Name ( Simulator Stand for XM-2A manufactured by Int'l Repo-Depo Inc.), or Equal. Machine Gun Simulator, IED/Blast Simulator and auxliary equipment shall be NEW and not refurbished or remanufactured. The required Int'l Repo-Depo items meet all the pre-requisites for application in scenarios during the Tactical Combat Casualty Care and Field Training Exercises. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. Offerors not providing technical information may be excluded from competition. A. The minimum specifications for the Machine Gun Simulator are as follows: • Length 30" • Height 6" • Width 6" • Weight 17.5 lbs • Simulators should be remote and manually fired, have gas hoses, regulators, and quick connect fittings. • Machine gun simulator must have a stand to allow the unit to be used off the ground and foldable when not in use. • Simulators should be able to replicate a concussive blast wave in excess of 150 decibels. • Simulators should be one man portable. • Machine Gun simulator shall be water resistance unit designed to simulate the noise and flash of a real machine gun. • Rate of fire shall be adjustable from 04-14 cycles per second in order to simulate a wide variety of weapons. • Power requirement shall be 12Volts at 2 AH • Unit shall be operated by manual push button control or by any normally open contacts either radio controlled remote or hard wired to the unit. • Controls shall be housed in a water resistance housing and designed to be used in wet or dry locations. B. The minimum specifications for the IED/ Simulator are as follows: • Water resistant and designed to be used in wet and cold environments. • Simulators must have a rechargeable battery and operate with oxygen or propane gas tanks. • Simulators should be remote and manually fired, have gas hoses, regulators, and quick connect fittings. • Simulators should be one man portable. • Cycle rate shall be 1 blast every 1 second. Blast time from fill to detonation shall be 1 second minimum and adjustable up to 3 seconds C. The minimum specifications for the Oxygen and Propane Tank Set are as follows: • 40 cu ft oxygen tank with safety cap installed and 20lb propane tank. D. Equal products must meet the minimum specifications listed above. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clause are hereby incorporated by reference to this procurement action. FAR 52.204-7, Central Contractor Registration. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), EVALUATION AND AWARD: The government will make an award to the responsive, responsible offeror whose proposal conforms to this solicitation and is the lowest price technically acceptable to the Government. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) Technical Acceptability (2) Price and (3) Delivery. Technical acceptability is defined as the contractor's ability to meet or exceed the requirement. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. Offerors will be evaluated for Price. Price shall be quoted in accordance with the CLIN(s) to be incorporated in the Schedule of Supplies and Services in the event an award is made. Offers will be evaluated for delivery. Delivery is defined as the capacity of the offeror and affirmation by the offeror to deliver all items per shipment as specified within the timeframe as stated within this requirement. As shipped, all deliveries shall be delivered to Fort Bragg, N.C. in one shipment. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. Offers shall remain valid for a minimum of 30 days. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition 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 bid. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.211-6, Brand Name or Equal FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts and Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and telephone number of the Contracting Specialist is MAJ James T. Locklear, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Com: 910-432-342; Fax: 910-432-9345; james.t.locklear@us.army.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this solicitation using the same contact information identified in clause 5652-201-9002. DELIVERY/ ACCEPTANCE POINT: Delivery location is Fort Bragg, North Carolina 28310. Full delivery address will be provided upon award. It is requested that all items are delivered per shipment once maintenance is completed. DUE DATE. Offers shall be submitted not later than 9:00 am EST, 12 April 2012. Offers shall be in writing in order to be considered. Offers may be emailed to james.t.locklear@us.army.mil, faxed to 910-432-9345, Attn: MAJ James T. Locklear, or mailed to HQ USASOC, ATTN: AOCO (MAJ Locklear), E-2929 Desert Storm Drive, Fort Bragg, NC 28310. REQUEST FOR QUOTES QUESTIONS. Questions shall be submitted to MAJ James T. Locklear at james.t.locklear@us.army.mil or faxed to (910) 432-9345, Attn: MAJ Locklear. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered, but emails requesting technical clarity will be sent to the technical representative. It is the offeror's responsibility to ensure e-mail or fax submissions are received by the Contracting Specialist. If an acknowledgement is not received, please contact MAJ James T. Locklear at (910) 432-3421. Vendors are encouraged to contact the Government for clarification if there are, or appear to be, errors, omissions, or inaccuracies in the RFQ. Government point of contact is MAJ James T. Lockear.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-12-T-0012/listing.html)
 
Place of Performance
Address: To be given at award., United States
 
Record
SN02709180-W 20120331/120329235611-d3dda9704839f17371be302bf2461830 (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.