Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
MODIFICATION

D -- Precision Armaments Laboratory (PAL) Technical Support

Notice Date
1/28/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Northeast and Caribbean Region (2TR), TACOM-ARDEC GSA FTS, B64, Picatinny Arsenal, NJ, 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
02MT21142
 
Response Due
2/1/2002
 
Point of Contact
Mark Terzano, Computer Specialist, Phone 973-713-2200, Fax 973-724-2921,
 
E-Mail Address
mark.terzano@gsa.gov
 
Description
THE PURPOSE OF THIS MODIFICATION (01): 1. EXTEND THE RESPONSE DUE DATE TO 02/01/2002. 2. SEC. 17(Xiii) and 17(XVi)have been revised to reflect the new response due date. 3. These are the only modifications that have been made. 17(i).This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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. Full textual content of referenced clauses are available at www.arnet.gov/far/. 17(ii). Solicitation Number 02MT21142 Request for Proposal. 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. 17(iv). This is a full and open procurement. 17(v). There are several contract requirement, which are not optional: REQUIREMENTS LISTED UNDER 17(x). 17(vi). Description: The purpose of this Request for Proposal is to acquire the following equipment and services: Precision Armaments Laboratory (PAL) (also known as the Precision Munitions Facility (PMF)) Information Technology (IT), Meteorological, Instrumentation and Sensor Support Services 1.0 BACKGROUND AND OBJECTIVE: A major mission within the US Army's Armament Research, Development and Engineering Center (ARDEC) is the life cycle development of gun fired precision munitions and other systems that employ sensors (e.g., weapon fire control, command and control, battlefield damage assessment, communication, etc.). All of these weapon systems have a requirement to operate in "all weather" or "near all weather" conditions. TACOM-ARDEC received a FY99 Military Construction ? Army (MCA) appropriation for the design and construction of a Precision Armaments Laboratory (PAL) (also known as the Precision Munitions Facility (PMF)) to establish a cost effective means of producing weapon and sensor systems that are capable of meeting the Army's "all weather" performance requirements. The facility will provide the means for conducting sensor performance measurements during adverse weather occurrences in such a way that duplicates, as nearly as possible, the actual weapon system sensor attitude and range with respect to the target. In addition, measurements that fully characterize the effect(s) the adverse weather has on target signatures and associated backgrounds (i.e., clutter) will be made. To be constructed at Picatinny Arsenal, NJ, the facility consists of a 200 foot tower with an enclosed equipment platform at the top of the tower, open equipment platforms at the 40, 80, 120 and 160 foot levels, and two laboratory elevators; a base laboratory building; three target areas; and an intermediate instrumentation pad (that supports long range measurements). The purpose of this contract is to provide for the planning, hardware identification and installation, software development, facility layouts, training, technical support, etc. that must commence in order to facilitize the tower, laboratory building and target areas to achieve initial and complete operational capabilities to measure meteorological conditions and to assess sensor performance in adverse weather. 2.0 SCOPE: The scope of this contract is to provide for time and material support for the planning, hardware identification and installation, software development, hardware and software integration, facility operational support, training, technical support, and marketing that must commence in order to facilitize the unique, newly constructed, Precision Armaments Laboratory. Specific attention will be paid to the tower, laboratory building and target areas to achieve initial operational capabilities to measure meteorological conditions and to assess sensor performance in adverse weather. Additionally, specific knowledge and experience, to assure meeting mission essential facility requirements, will be applied in the areas of: weapon system concepts; weapon system sensor/seeker design, fabrication and field testing; weapon system sensor/seeker data collection and evaluation; adverse weather phenomenology as applied to weapon system sensor/seeker performance and target and background interaction; meteorological instrumentation; tower design and construction for weapon system sensor/seeker measurements; and weapon system sensor/seeker test facility set-up, operation and data collection. As indicated, this effort focuses on a number of aspects that will ensure the establishment of a mission capable facility in terms of its design, construction, operational aspects, planning aspects, meteorological equipment installation and integration, and automation. The end result is to establish an initial facility operational capability that permits automated meteorological data measurement, recording, and unit under test operation and is totally responsive to the PAL?s mission requirements. 3.0 TECHNICAL REQUIREMENTS: The following paragraphs describe the tasks to be completed under this SOW. 3.1 Technical Support: The contractor shall provide consultative services, as required, during any phase of facility construction and facilitization for the following aspects: definition, analysis, preparation, provision, assistance for system requirements, specifications, and designs; definition, analysis, preparation, provision, assistance for facility requirements, specifications, design support, construction support (to include, but not be limited to, direct or indirect contractor interfaces and communications, and, inspections for compliance with system requirements and equipment/hardware interfaces); wherever/whenever needed, design, provide, assist on facility construction modifications; provide support in resolving construction issues; 3.2 Equipment and Hardware Needs and Specifications: The contractor shall analyze, define, identify, specify, prepare and provide equipment and hardware: requirements; specifications; procurement support; design support; etc. that is required to make the facility operational. All equipment, as required, shall be capable of being fully integrated with the facility operation and control, data recording, and instrumentation and communications systems. 3.3 Software Development, Implementation and Integration: The contractor shall design, analyze, prepare and provide: software requirements, specifications and plans; software development and integration; software troubleshooting and debugging; software procurement and/or procurement support. These tasks shall cover: all software design, build, test, installation and integration; assure total facility automated operability and control; provide for data links and develop necessary data formats to adapt to other ARDEC organizational needs; etc. 3.4 Information Technology (IT) Equipment and Hardware Installation and Integration: The contractor shall provide off-site and/or on-site support for the design, development, test, installation and integration of any equipment and hardware (at the facility, target areas and any other sites) required for facilitization and that is needed to support the conduct of tests and operation of the facility. This includes but is not limited to: meteorological instrumentation, sensors and sensor instrumentation, data collection equipment, general facility equipment, facility control equipment, test equipment, maintenance equipment, etc. 3.5 Test Planning: The contractor shall analyze, define and provide support, assistance and consultation with regard to customer test requirements and the development of detailed and responsive test plans. All plans shall define customer: requirements; interfaces; support equipment/subsystem(s) needs; unit under test preparation needs; equipment set-up, interconnections and operation; calibration and standardization needs and techniques; data products; automated data monitoring and collection aspects; data recording format and presentation; system and test preparation and setup to include the facility, system configuration and operational modes, and sensor and target configuration and operational modes; test conduct; data reduction and evaluation; reporting; etc. 3.6 Development of Standard Operational Procedures: The contractor shall define, develop, test and prepare and support the preparation of all Standard Operating Procedures (SOPs) and required updates and refinements, that are required for facility operation, maintenance, troubleshooting, repair, calibration, alignment, and as needed to conduct specific customer test and operational needs. All procedures must consider the unique operational nature of the facility while satisfying safety regulations, and be coordinated with the ARDEC Safety Office. For any area where a waiver can be considered or is required, the contractor shall develop the necessary rationale and justification for obtaining waivers and coordinate these with the ARDEC Safety Office. 3.7 Technical Training: The contractor shall design, develop, prepare and provide general, specialized, and/or custom training, as required, in support of facility operation. Training shall consider but not be limited to: equipment operation; software use, customization and modification; specific training in support of a specific test requirement; general training for field test conduct; meteorological aspects; preparing items for testing; data collection and reduction; facility operation and maintenance; etc. Training considers classroom training and training materials that may be given at the contractor?s facility or at the PAL, self-training materials, and/or on-the-job training. 3.8 Operations Support: The contractor shall design, develop and provide on-site personnel to provide facility operational support in areas such as: initial facility set-up; customer interface; test equipment preparation, installation, integration and calibration; unit under test preparation, installation, integration, operation and calibration; data collection set-up, integration and operation; general facility operation and maintenance; target preparation, instrumentation and set-up; meteorological instrumentation installation, integration and operation; software maintenance and improvement support; etc. 3.9 Facility Planning: The contractor shall provide all necessary planning support for initial and future facility operation. Efforts may include scheduling and costing exercises. Planning aspects shall include but not be limited to: base laboratory building interior layouts, data line routing and terminations, equipment placement, etc.; tower and elevator interior layouts, data line routing and terminations, equipment placement, etc.; target and intermediate instrumentation area layout, target placement areas preparation; facility phased-in operational levels; defining personnel needs for both government and contractor staffing; facility modification, improvement and upgrade; identification and refinement of future mission areas/direction; Training needs; job description development; general facility support, as required, for operation, maintenance and repair; etc. 3.10 Marketing: The contractor shall develop, assist, consult and provide support in advertising the utility and availability of the PAL to other government agencies, and to DoD and civilian commercial companies. The contractor shall support the government in developing advertising materials, distributing these materials and communicating with potential users. Materials may include brochures, viewgraph presentations, mail-able compact disk presentations, website data and development, and papers and magazine articles. This task also includes unique/custom marketing to specific potential customers, the identification and development of potential customers, and the identification of future mission areas. 3.11 Equipment Maintenance and Support: The contractor shall provide services and support for: facility inspections; data collections, analyses, recommendations; parts lists; spare parts lists; schedules and techniques for routine, periodic and long terms facility maintenance and support; perform inspections; prepare risk assessments; updates to maintenance and support guideline aspect; etc. 4. 0 Type of Order The resulting order issued under this combined synopsis / solicitation will result in a Labor Hour Task Order. 5.0 Period of Performance The base period of performance for this effort is anticipated to be February 13, 2002 through February 12, 2003. Resultant task order will include four (4) one year options; in the event that the Government chooses to exercise all of the available option years, this task order will extend through January 31, 2007. 6.0 Invoicing (recurring services) Billing shall be accomplished on a monthly basis ? periodic payments are allowed. Invoices for recurring services shall include a statement from the authorized Contracting Officer Representative (COR) or Alternate that costs billed during the billing period are acceptable. 7.0 Limitation of Funds The Contractor shall notify the Contracting Officer and the Contracting Officer Representative (COR), in writing, whenever it has reason to believe that the costs it expects to incur under this delivery order in the next sixty (60) days, when to all costs previously incurred, will exceed 75% of the total amount so far allotted to the delivery order by the Government. The notice shall state the estimated amount of additional funds required to continue performance for the period specified in the delivery order. The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted by the Government to this Task Order; and The Contractor is not obligated to continue performance under this Task Order (including actions under the Termination clause of this contract) or otherwise incur costs in excess of the amount then allotted to the contract by the Government. No notice, communication, or representation in any form from any person other than the Contracting Officer shall affect the amount allotted by the Government to this Task Order. In the absence of the specified notice, the Government is not obligated to reimburse the Contractor for any costs in excess of the total amount allotted by the Government to this Task Order, whether incurred during the course of the Task Order or as a result of termination. "CONTRACTOR MUST SUBMIT COR ACCEPTANCE FOR RECEIPT OF GOODS OR SERVICE WITH INVOICE. FAILURE TO DO SO WILL RESULT IN AUTOMATIC INVOICE REJECTION." 8.0 Not to Exceed (NTE) Award Amounts The NTE award amount for the base period of this task order is $ 222,000.00 The NTE award amount for option period 1 of this task order is $ 332,000.00 The NTE award amount for option period 2 of this task order is $ 266,000.00 The NTE award amount for option period 3 of this task order is $ 233,000.00 The NTE award amount for option period 4 of this task order is $ 183,000.00 17(vii). Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (Oct., 2000) is hereby incorporated by reference. 17(ix). Evaluation Criteria. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Performance (2) Technical Expertise (as relates to scope and specific tasks outlined herein.) and, (3) Cost / Price. Past Performance is of equal importance as Technical Expertise which are more important than Cost / Price. Required Past Performance Documentation: The offeror shall provide a narrative of projects for identical or similar task as required by this SOW. The past experience must have been acquired in the past ten (10) years. Each narrative shall include the name, area code and phone number, mailing and e-mail address of the person who can verify your past experience. Note: Limit each narrative to one (1) page single side, double-spaced, 12 point font, suggested font Times New Roman. The Past Performance factor will be evaluated based on the Offeror?s relevant past performance compared to the requirements specified in the above SOW. An Offeror who has successfully performed the identical task as required in the above SOW would receive a higher rating than an Offeror who has successfully performed a similar task. Offeror?s unable to fully demonstrate that they have successfully completed a similar project to this SOW in the past ten (10) years, will be considered technically unacceptable and will not be considered for award. The Technical Expertise factor will be evaluated on the Offeror?s relevant technical experience and expertise as relates to the requirements specified in the above SOW. Specifically, the Offeror?s technical expertise in the areas of: clutter phenomenology, precision munition sensor / seeker design, fabrication, field testing, data reduction and analysis, precision munitions development and testing, understanding of Army precision munition program(s), adverse weather measurements in regard to Army precision munition target detection, false target rejection and false alarms, tower design and construction, software (code) development, integration and installation in a precision munition meteorological data reduction and analysis facility. Note: Limit technical expertise narrative to twelve (12) pages single side, double-spaced, 12 point font, suggested font Times New Roman. 17(x). Offeror?s are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (May, 2001) with its offer. 17(xi). Clause 52.212-4, Contract Terms and Conditions--Commercial Items (May, 2001), is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May, 2001) is hereby incorporated by reference. The following clauses apply to this solicitation and any resultant contract and are incorporated by reference: (a)(5)52.219-8 (July, 1996), (b)(12)52.222-26 (Feb., 1999),(c)(13)52.222-35 (April, 1998),(d)(14)52.222-36 (June, 1998),(e)(15)52.222-37 (January, 1999), (f)(17) 52.225-1 (Feb. 2000), (g)(24) 52.232-34 (May, 1999), (h)(15)52.217-9 (Mar., 2000), (i)(27)52.227-14 alternative IV (Jun. 1987), (j)(46)52.246-9 (short form, Apr. 1984), (k)(32)52.232-22 (Apr. 1984). 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A Labor Hour, indefinite quantity, indefinite delivery contract will be awarded. (iii) Period of Performance: The base period of performance for this effort is anticipated to be February 13, 2002 through February 12, 2003. Resultant task order will include four (4) one year options; in the event that the Government chooses to exercise all of the available option years this task order will extend through February 12, 2007. Work under resultant task order will be completed within 5 years of award with the exercise of all available option periods. 17(xiv). N/A 17(xv). N/A 17(xvi). E-mail proposals shall be sent to mark.Terzano@gsa.gov on or before February 1, 2002 4PM (EST); facsimile proposals may be submitted to Attention: Mark Terzano, (973) 724-2921 on or before the above time and date. 17(xvii). Contact Mark Terzano at (973) 713-2200 (cell) or (973) 724-2921 (voice ? rings to fax if unavailable). 18. Contractor?s location and TACOM-ARDEC, Picatinny Arsenal, NJ 07806-5000 19. N/A END
 
Place of Performance
Address: TACOM-ARDEC, Precision Armaments Laboratory (PAL), Picatinny Arsenal, NJ
Zip Code: 07806-5000
Country: USA
 
Record
SN20020130/00019493-020128210355 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.