Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2018 FBO #5935
SOURCES SOUGHT

13 -- ATACS and SBS Development

Notice Date
2/20/2018
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J18SAPE1
 
Point of Contact
Bridget L. Kramer, Phone: 3097820896
 
E-Mail Address
bridget.l.kramer.civ@mail.mil
(bridget.l.kramer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - Rock Island (ACC-RI), Rock Island, IL on behalf of the Tooele Army Depot Ammunition Equipment Directorate (TEAD AED) is conducting market research seeking potential business sources who are capable of being responsible for the on-going development, manufacture, delivery, set-up integration, training, above operator level maintenance, and recapitalization of up to 25 new and existing ARE 1996M1 Automated Tactical Ammunition Classification Systems (ATACS) and APE 1412 Spent Brass Sorter (SBS) units to CONUS locations. The contractor will also provide inclusive support to TEAD AED's operation of the deployed ATACS and SBS units, to include but not be limited to all supplies and labor necessary to meet the requirements. The specific requirements are as follows: Contractor Management and General Requirements: The contractor shall provide all personnel necessary to manage and perform the services specified. The contractor shall furnish the general management, quality management, administration, training, training development, recapitalization, above operator level maintenance, travel, supervision, quality control (QC), supplies, materials, and equipment necessary to deliver services within schedule and in accordance with contract terms and conditions, reference documents, specific contract task order requirements, and contract clauses. Specific Tasks: 1.1 Description of Supplies/ Services The contractor will perform all inclusive manufacturing, delivery, set-up, testing, training, above operator level maintenance, recapitalization and continuation of services in support of ATACS, SBS, and TEAD AED. The services and supplies to be provided under this contract include but are not limited to; up to twenty-five ATACS and SBS systems, ATACS and SBS systems design and development services, training and warranty documentation; software development and maintenance, systems testing and field support, recapitalization and management services (e.g. meeting presentation development, minutes, action item records); training class and training video development and instruction; and technical support for ATACS and SBS hardware and software updates. Specific task items include the following: 1.1.1 Manufacture of ATACS Unit (APE 1996M1) The contractor will manufacture ATACS units as requested by the U.S. Government. This unit consists of four primary components: 1. The feeder which singulates and feeds individual cartridges through the system. 2. The sorter, which includes the return conveyor and places cartridges into bins based on the result of the inspection process. 3. The inspection head which includes a series of lasers and high resolution cameras to perform overall measurement of physical characteristics and detection of defects. The inspection head also includes sensors for inspecting the primer and identifying the head stamp on each case. 4. The computer case, which includes all of the processing power required by the system. ATACS is designed to sort and inspect 9 mm,.45 caliber, 5.56 mm, 7.62 mm, and.50 caliber SAA at a rate of up to 9,000 rounds per hour. 1.1.2 Manufacture of Spent Brass Sorter Unit (APE 1412) The contractor will manufacture SBS units as requested by the U.S. Government. This unit consists of four primary components: 1. The feeder which singulates and feeds individual cases through the system. 2. The inspection head which includes a series of lasers and a high resolution line scan camera to perform overall measurement of physical characteristics and case identification. The inspection head also includes sensors for inspecting the primer and identifying the head stamp on each case. 3. The sorter, which includes the return conveyor and places cases into bins based on the result of the inspection process. 4. The computer case, which includes all of the processing power required by the system. SBS is designed specifically for the task of sorting spent brass from live ammunition. Where possible, the SBS is developed with components common to the ATACS to ease conversion to a full ATACS if desired at some point in the future. The SBS is designed to sort 9 mm,.45 caliber, 5.56mm, 7.62 mm,.50 caliber,.300 caliber,.338 caliber,.40 caliber, 357 caliber, and AK-47 cases and to segregate out any live ammunition in the mix.. The system process cases at a rate of up to 9,000 cases per hour. 1.1.3 ATACS/SBS Training The contractor shall provide initial training to personnel who operate, maintain, and troubleshoot ATACS and SBS systems. Annual/bi-annual training will be required following the initial training during annual maintenance trips at each location. This will include providing necessary training handouts/slides, traveling to CONUS location for training personnel, and spending a week on-site to work interactively with operators and maintainers. Training shall occur at a facility possessing an ATACS or SBS unit. 1.1.4 ATACS/SBS Training Video The contractor shall develop an ATACS/SBS Operator Training Video. The video will include operator preliminary check and maintenance, startup and operation, salter (dummy) round insertion and output, shutdown, troubleshooting and correction. 1.1.5 Program Support/Management The contractor shall support overall ATACS/SBS program development. This includes, but is not limited to, supporting the U.S. Government in development of new ATACS or SBS requirements, performing site-surveys of potential ATACS and SBS locations, providing briefings and other requested information. This category also includes tasks associated with overall program management. This category may require travel to CONUS locations. 1.1.6 Maintenance and Operations Support The contractor shall perform above operator level maintenance as requested by the U.S. Government and as defined in the ATACS/SBS manual. Additionally, the contractor will support worldwide ATACS and SBS operations by coordinating data downloading and transfer to the contractor for monitoring system performance, troubleshooting, and providing guidance on system operation. This category may require travel to CONUS locations. This category will also include the development of new capabilities as requested by the U.S. Government and overall operations support in areas such as information assurance, production reporting, and other areas. 1.1.7 Recapitalization of Existing ATACS/SBS Units. The contractor shall perform all tasks necessary to perform complete recapitalization and upgrade of existing systems to be performed at the contractor's facility when directed by the contracting officer. Recapitalization will include complete system disassembly, inspection, refurbishment, component replacement or upgrade, control system component and software replacement or upgrade, technical data package updates to include operator manual. Installation of recapitalized units will be executed under paragraph 1.2.8, ATACS/SBS Logistical Support. 1.1.8 ATACS/SBS Logistical Support The contractor shall perform all tasks necessary to transport and setup an existing ATACS or SBS unit in a new CONUS location. This will include the labor required to disassemble the unit at the original location, arrange for shipping, and the labor for setup and configuration of the unit at the new facility. This will also include relocation of an ATACS or SBS from one building to another at an existing location. 1.1.9 ATACS/SBS Engineering Support The contractor shall provide the engineering support required to meet emerging ATACS and SBS requirements. This may include development of new capabilities, support of testing or validation, review of new technologies, integration of new round types, and other features. 1.1.10 ATACS/SBS Spare Parts The contractor shall manage spare parts for ATACS and SBS units to limit Mean Time to Repair (MTTR). As part of this service, the contractor will maintain a stock of moderate to long lead items such as wear parts, the v-channel, solenoids, light bulbs, sorter belt, sorter drive pulley sets, sorter drive bearings, return conveyor belt, main feeder conveyor belt, feeder recirculating conveyor belt, laser micrometer, roller conveyor assembly, touchscreen monitor, main and HIS inspection cameras, bin liner and plastic guide pieces and other items. Additionally, the contractor will maintain relationships with critical vendors and provide to ensure rapid availability of spare parts as required for ATACS/SBS operations. 1.1.11 Warranty The contractor shall provide a 12-month warranty that warrants that the ATACS/SBS products will be free from defects in materials, workmanship, and design for a period of 12 months from the completion of installation, commissioning, and operator training. Spare parts used in repairing the ATACS/SBS products under this warranty shall be free from defects in materials, workmanship and design for a period of 90 days from installation of the spare parts or the remainder of the warranty period, whichever is longer. Under the warranty, the contractor shall also perform one site visit to a CONUS installation where the machine is located to provide yearly maintenance (including replacement of any worn components) and updated training. Additionally, under the warranty, the contractor shall provide 12 months of remote maintenance by phone (during normal business hours of 8:00 AM to 5:00 PM EST), e-mail, or remote connectivity. 1.1.12 Support Training The contractor shall train U.S. Government personnel to operate, maintain, and troubleshoot ATACS and SBS systems. This will include providing necessary documentation, traveling to CONUS location for training personnel, and spending up to a week on-site to work interactively with operators and maintainers. It is assumed that training will occur at a facility possessing an ATACS or SBS unit. The support training will allow a transition from the contractor personnel to the government personnel for furnishing all of the required labor, training management, quality management, administration, training, travel, supervision, quality control, supplies, materials, equipment, transportation, and documents/permits necessary to deliver services and any associated deliverables within schedule and in accordance with contract terms and conditions, reference documents, specific contract and task order requirements. 1.2 Travel & Per Diem Travel costs (including per diem) will be negotiated to a fair and reasonable firm fixed price for applicable task orders. The travel and per diem costs proposed by the contractor shall be in accordance with the Joint Travel Regulations. The Contractor is responsible for obtaining all necessary documents/permits required for travel and performance of work (i.e. visas, passports, etc.).Perform assigned research and development (R&D) projects designed to increase munition demilitarization capability and develop processes to address current and future capability gaps. Interested parties are requested to provide information regarding their relevant capabilities by providing the following information: Company Name- Cage Code- Point of Contract- Address- Phone Number- Business Type - (e.g., Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business) Accounting System Approved/Certified for Cost Type Contracts - Contract vehicles your company has been awarded that address the scope of services described herein. For each contract vehicle specify; Agency- Vehicle name and type (e.g., ID/IQ contract, Blanket Purchase Agreement)- Prime or Subcontractor- Period of Performance- Scope of Work Summary- Any other relevant past performance information pertinent to the scope of services described herein. Narrative describing your company's core capabilities and expertise that are relevant to performance in the above mentioned component areas. Respondents should specify if they are able to provide all of the requested capabilities or only specific areas. Respondents can include additional information, such as brochures, reports, or any other specific information that would enhance the U.S. Government's evaluation of the current market conditions for a service contract of this nature. Please note, the U.S. Government is unable to provide any technical information or drawings for the ATACS and/or SBS. Interested parties would be responsible for obtaining all necessary technical information and drawings needed. This Sources Sought is for planning purposes only and does not constitute a Request for Proposal (RFP) or an obligation on the part of the U.S. Government. Responses to this sources sought are not proposals and cannot be accepted by the U.S. Government to form a binding contract. This is not a guarantee of a future RFP or an award. The U.S. Government is not obligated to notify respondents of the results of this survey. All information is to be submitted at no cost or obligation to the U.S Government. Questions shall be directed to ACC-RI, ATTN: Bridget Kramer, email Bridget.L.Kramer.civ@mail.mil or Carrie Lansing, email Carrie.B.Lansing.civ@mail.mil. If a formal solicitation is generated at a later date, a solicitation notice will be published. Responses shall be submitted via e-mail NO LATER THAN 3:00PM Central Time on 20 March 2018. TELEPHONE INQUIREIES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/784c096b3e05f1f13083cf571bb39f98)
 
Record
SN04828915-W 20180222/180220231910-784c096b3e05f1f13083cf571bb39f98 (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.