Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1998 PSA#2088

US Army Armament And Chemical Acquisition And Logistics Activity (ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630

69 -- HEAVY LIFTERS, FT. RILEY SOL DAAE2098R0135 DUE 052298 POC Babette Murphy, (309)782-3827 E-MAIL: Click here to contact the Contract Specialist via e-mail, bmurphy1@ria.emh2.army.mil. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This is a request for proposal (RFP) number DAAE20-98-R-0135. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. (iv) This solicitation is 100% Small Business Set-Aside, 52.219-6, Standard Industrial Classification Code is 3699 and the small business size standard is 500(v) A list of Contract Line Item number(s) and items are: Clin 0001, Heavy Target Lifters/Ft. Riley, 60 each and Clin 0002, Installation, Operation and Maintenance Instruction and Manuals.(vi) The performance description for the Ft. Riley Heavy Lifters is as follows: 1. The system must be structurally and physically capable of lifting a standard military 350lb, T-72 flank target, in a minimum wind of 35 MPH, in 10 seconds or less. However, the system will be used to lift and must be capable of mounting standard military frontal targets as identified in TC 25-8. The target must stay fixed in the up position until the required number of hits is detected or the lifter receives the down command from the Range Control Station. 2. The lifter must have a fail safe capability that will engage prior to the lifter experiencing damage due to winds or target movement interference. 3. The system with target must not interfere with and must fit within a pit (as viewed from the firing point) 15 feet wide, 15 -- 20 feet deep, with non-sloping walls that are 40 inches high that have cement slabs that are either 8x10 or 10x10 foot centered on the floor of the target pit. 4. The only pit modification allowed would involve the anchoring of the systems at Ft. Riley's 2 ranges (the MPRC and range 18). 5. The system cannot walk or overturn during operation. 6. The system must be fully compatible with the current Army standard ERETS hardwired ranges and completely interface with the ERETS personal computer and the ERETS software. 7. The system must come with a hit sensor or sensors that will register hits on the ERETS computer when the projectile strikes the target. 8. The system must perform the following functions. a. The lifter must detect and report hits to the ERETS computer and receive/execute commands from the ERETS computer, such as target must go down, hold, or bob when hit when programmed at the ERETS computer. b. The lifter must be able to react to the ERETS command of 1- 10 hits to kill (i.e. when the ERETS computer is set to kill at 8 hits to kill, when the 8th hit occurs, the lifter then reacts and the target goes down). c. The lifter must provide status information to the computer (target up, down, in-between limits, and malfunctions). d. The lifter must register hits at a minimum rate of 600 rounds per minute. e. The lifter/hit sensing system must selectively discriminate between rounds of ammunition ranging in size from 7.62mm -- 120mm (i.e. the target will go down only when selected types of ammunition are detected as hits by the hit sensor. If you only want a tank to kill the target, it doesn't go down for less that 105mm, conversely, if you want a machine gun to kill it, any hit will do). f. The lifter must have a selectable address from a minimum of 1 -511 different addresses. g. The lifter must be capable of accepting 4x4 target support arms. h. The lifter must be able to be raised and lowered at the target by use of a local switch, dial, etc. i. The lifter must be able to be powered on and off at the target by use of a local switch, dial, etc. j. The lifter height must be such that it is protected from firing. k. The system must connect to and operate from the power provided at the target area supplied by the ERETS interconnecting box (no batteries are allowable). l. The target up position shall be adjustable a minimum of 15 degrees off the vertical up position toward the down position. 9. The contractor shall provide all cables required for data and power distribution and to connect to the ERETS low power junction box. 10. The contractor shall provide complete installation of all lifters. This shall include all actions that need to be accomplished to install the lifters at all pit locations on both ranges at Ft. Riley (possible concrete work to accomdate anchoring, etc.). 11. The contractor shall provide an onsite field representative to instruct the Ft. Riley personnel in the operation and maintenance of the lifters. 12. The contractor shall provide a commercial manual which addresses the operations and maintenance of the lifter. The manual shall also include the commercially available parts listing. A minimum of 4 manuals are to be delivered to Ft Riley and 1 manual to be delivered to the ACALA Contracting Officer. 13. The contractor shall provide a standard commercial warranty covering no less than 2 years. 14. Delivery is required 60 Days after award . Installation windows shall be coordinated upon receipt of award with Ft. Riley, Kansas, Mr. Mike Milligan (785)239-9650/5435. Should any cite preparation be required (for anchoring of the lifters, etc.) prior to the installation windows, this effort will be coordinated with Mr. Mike Milligan. 15. General Point of Contact for Ft. Riley is Mr. Mike Milligan. (vii)Date(s) and Place(s) of delivery and acceptance and FOB point: The contractor shall provide on an FOB destination, with delivery of lifters directly to Ft. Riley, Kansas, with Inspection/Acceptance at Ft. Riley. Inspection/Acceptance shall be accomplished by Ft. Riley's designated Range Officer for verification that the requirements of this performance description have been met. Delivery is required 60 after award. (viii) FAR 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition and is incorporated by reference (ix) FAR 52.212.2, Evaluation-Commercial Items, applies to this acquisition and is incorporated by reference. The evaluation procedure to be used will not include technical or past performance evaluation. The offeror must certify that their commercial product meets the requirements of this performance description and the Government will then award a firm fixed priced contract to the conforming responsible offeror who offers the lowest overall cost to the Government. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition and is incorporated by reference. Offerors shall include a completed copy of the provision along with its proposal (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by reference. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this solicitation and is incorporated by reference (applicable to para (b) are 52.222-3,52.233-3, 52.203-6, 52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-37, 52.225-3). (xiii) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is applicable to this acquistion and is incorporated by reference, (applicable to para (b) are 252.225-7001, 252.225-7012, 252.225-7014, 252.249-7001). DFARS 252-212-7000 Offeror representations and Certifications -- Commercial Items, is applicable to this acquisition and is incorporated by reference.(xiv)DPAS rating: N/A(xv) CBD numbered notes: n/a (xvi) Proposals are due by 3:45 Central Standard Time 18 May 98 to the Contracting Activity, ACALA, AMSTA-AC-PCH-A, Attn: Babette Murphy, Rock Island, IL 61299-7630. (xvii)Points of Contact for this combined solicitation/synopsis are Contract Specialist, Babette Murphy (309)782-3827 or Contracting Officer, Brian Schmidt (309)782-3811. (0121)

Loren Data Corp. http://www.ld.com (SYN# 0242 19980505\69-0001.SOL)


69 - Training Aids and Devices Index Page