Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2015 FBO #5047
SOLICITATION NOTICE

69 -- Firearms training Simulator

Notice Date
9/16/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-C-15-0192
 
Archive Date
10/8/2015
 
Point of Contact
Jason L Wilking, Phone: 612-336-3210
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial contract. 2. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a total Small Business Set Aside. The NAICS code is 333318. The small business size standard is 1,000 employees or less. 3. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS), Aviation Training and Operations Center, Cedar City, Utah 4. The solicitation number for this effort is AG-6395-S-15-0192 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 5. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 6. REQUIREMENTS AND QUANTITIES: CLIN 001 Firearms training Simulator Price $___________ United States Department of Agriculture (USDA), Animal Plant Health Inspection Services (APHIS), Wildlife Services (WS) provides to their stakeholders animal damage management. USDA/APHIS/WS is in need of a firearms/operations training simulator in which initial and recurrent predator management aerial operations training can be conducted in realistic simulation. The system will be a single screen and single firearm. The simulator system shall meet the following minimum requirements: 1. LCD projector 2. 12' x 7.5' projection screen capable of wall mounting. 3. Dedicated laptop or desktop computer with vendor software. 4. Laser tracking camera to provide gun muzzle track on replay. 5. Desktop of wall mounted speakers. Simulator System will include: 1. One (1) projection screen and camera capable of sensitizing projected targets for the purpose of acknowledging target hits. 2. One (1) Benelli, model Super 90, semi-automatic shotgun with laser insert to indicate target hits on sensitized projection screen. 3. Benelli shotgun is to provide by, gas or other means, opening and closing of the gun's bolt action when fired and provide simulated recoil when fired. 4. One (1) Video Camera for filming actual live scenarios. 5. Software will contain vendor supplied stationary and moving simulated targets for initial training purposes. System Capabilities 1. System must be capable of accepting edited filmed video scenarios and projecting edited scenarios. 2. Tethered shotgun and recoil system must be portable/mobile as the simulator gun will be fired at the projection screen from an elevated platform. Vendor minimum requirements and responsibilities: a. The vendor shall provide system installation/setup and necessary training for the operation of the system. This shall be at the vendors expense. b. Vendor shall supply necessary training for the vendor supplied video camera operation, filming and editing the filmed video into the simulator's system. This shall be at the vendors expense. c. Vendor shall be responsible for full system operation before final acceptance can be made. d. The vendor shall provide all parts, materials and consumables associated with warranty work. The warranty will be minimum of twelve (12) months from the date of final acceptance. 7. All work performance upon completion must be delivered FOB Destination to: USDA APHIS WS ATOC, 1223 North Airport Road, Cedar City, UT 84721. The offerors price must include inside delivery, set up and shipping to the FOB destination. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9.. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price; Technical quality and capability to meet the intended use. 10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 13. To be awarded this contract, the offeror must be registered in the SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 14. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:30 PM CST, September 23, 2015. Quotes may be sent via e-mail to Jason.l.wilking@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Jason Wilking who may be reached at Jason.l.wilking@aphis.usda.gov, or phone at 612-336-3210. 15. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: a. Price for the items, CLINS 001 which provides the total price and delivery. b. Signature of the offeror on the page which lists the price. c. Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. d. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or if not completed in SAM.gov. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-C-15-0192/listing.html)
 
Place of Performance
Address: USDA APHIS WS ATOC, 1223 North Airport Road, Cedar City, Utah, 84721, United States
Zip Code: 84721
 
Record
SN03888747-W 20150918/150916235107-48d20cadf01f3529c722bf0500f51f93 (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.