Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

99 -- Bullet Trap System for Firing Range

Notice Date
4/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F3S3245053A100
 
Response Due
6/1/2005
 
Archive Date
6/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 375th Contracting Squadron at Scott AFB IL is comtemplating an award for an Action Target TCT3 bullet trap (or equal) and accessories. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS RFQ. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVAILABLE. IF FUNDS DO BECOME AVAILABLE THE GOVERNMENT INTENDS TO ISSUE AN ORDER TO THE VENDOR WHO SUPPLIED THE SUCCESSFUL QUOTE. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3245053A100, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-01 and the Defense Federal Acquisition Regulation Supplement DCN 20050222 Edition. (iv) This acquisition is set-aside 100% for small business under North American Industry Classification Systedm (NAICS) code 332999. The small business size standard is 500 employees. (v) CLINS: 0001, Action Target TCT3 Bullet Trap (or equal), 1 ea. (see descripton of requirements below). 0002, Dismantling and removal of existing bullet trap, 1 ls. 0003, Target retrieval system, 1 ea. (see descripton of requirements below) 0004, Dust Collection Unit, 1 ea. (used to collect lead dust and particles during firing ? see description of requirements below). 0005, Conveyor, 1 ea. (Used to collect all spent rounds for recycling purposes) ? see description of requirements below). 0006, Delivery and Installation of CLINS 0001, 0003, 0004, and 0005. PROVIDE PRICING ON EACH OF THE CLINS WITH YOUR RESPONSE TO THIS RFQ. (vi) Description of requirements: 1. The contractor will provide all material, equipment, shipping, installation, and all labor associated to install a complete and functioning replacement for the existing Action Target Total Containment Trap (TCT) bullet trap. Current bullet trap is 19 firing lanes and approximately 82 feet wide. Provide material, equipment, shipping, installation, and all labor associated to install a complete and functioning replacement target retrieval upgrade for 19 firing lanes. Existing bullet trap and target retrieval upgrades will be dismantled, removed, and disposed of by the contractor. 2. New Equipment Requirements: As a minimum, replacement bullet trap must be Action Target TCT3 or equivalent. -Trap shall, without allowing bullet penetration or pass through, without sustaining other damage and without reflecting bullet splatter, be capable of stopping and containing the following projectiles (and others of equivalent power factor and penetrating factor) when fired at point blank distance from the front aperture of the trap: 9mm, 40cal, 45 cal, 5.56mm full metal jacket FMJ(.223), 7.62 mm FMJ, 12 gauge buckshot , 12 gauge rifled slugs and tracer rounds of the same calibers/gauges. In addition, trap shall be capable of stopping 5.56mm M855 ?green tip? with steel penetrator core. -Trap shall utilize steel deflector plates to direct bullet into an enclosed, sealed, and fully shielded chamber where its velocity is safely removed. -Deflector plates will be a minimum of 3/8 inch thickness. -Deceleration of bullets will be in free-air and not in any other medium such as rubber, water, sand, etc. -The upgrade shall employ a captured bullet collection upgrade which can be readily removed for disposal or recycling. Container must be connected to the deceleration chamber by means of an air tight seal. -Trap will not require the use of any chemical media such as oils, antifreeze, chlorine etc. -Must employ an air collection upgrade to collect the air within the main deflection aperture/collection chamber and direct the air to the air filtration upgrade. -Target retrieval upgrade shall be operated from the firing line by means of a shooter operated switch. Each firing lane will be independent of each other. -Retrievers will have grease fittings/lubrication points on moving parts. -Retrievers will hold target backers by means or a clamp or clip mechanism. -Retriever support tracks will have a means of rainwater drainage and will be unaffected by weather. 3. Work Location: Bldg 3285, Scott AFB Firing Range. 4. Use of Utility Services: Contractor shall be permitted the use of utility services (water, electricity, and latrines) from the governments existing services while in performance with this contract. 5. BASE HEALTH AND SAFETY REGULATIONS: The contractor will comply with all applicable provisions of EPA, OSHA standards, Corps of Engineers Manual, EM 385-1-1, entitled, ?General Safety Requirements? and shall conform to all Federal, State, Local and Base health regulations as well as directives pertaining to safety, fire, traffic and personnel clearances insofar as they pertain to the contractor?s activities on Scott Air Force Base. 6. Notification: Service and building access will be scheduled with the SF Combat Arms section at (618) 256 3155. 7. Site Workmanship: All work under this contract shall be performed in a skillful and workmanlike manner. Daily cleanup of worksite is required to maintain safety and a presentable appearance. (vii) The Government desires FOB Destination, Scott AFB IL within 120 days after receipt of order. Offerors must provide warranty information specific to all equipment. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ IN ADDITION TO FAR 52.212-1, PARA (b) (10), PROVIDE THE FOLLOWING PAST PERFORMANCE INFORMATION WITH YOUR QUOTE: Provide the name of every law enforcement, or military, owner of the exact bullet trap system proposed that your company has installed in the United States in the past three (3) years and that is at least fifteen (15) shooting lanes wide. For each owner, indicate the year the system was first put into service, the geographic location of the bullet trap system, the number of shooting lanes served by the system and indicate whether the system is installed indoors, outdoors or in a fully baffled, all weather range. For each owner, provide a current point of contact name, address and telephone number. TECHNICAL CAPABILITY INFORMATION: Provide descriptive literature that details the capabilites of the products offered. This information will be used to determine the technical acceptability of the products offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria are: PRICE AND PAST/PRESENT PERFORMANCE. (x) OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. The following clauses apply: FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; 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 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.211-6, Brand Name or Equal; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.232-18, Availability of Funds; FAR 52.237-2, Protection of Govenment Buildings, Equipment, and Vegetation; FAR 52.247-34, F.O.B. Destination; DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7014, Preference for Domestic Specialty Metals In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submision of Payment Requests. Department of Defense (DoD) Apropriations Act of 2001, Section 1008 Electronic Submission and Prossesing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirment. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) N/A (xvi) Quotes are due to: 375 CONS/LGCB 201 E Winters St Bldg 50 Scott AFB IL 62225-5015 QUOTES ARE DUE NO LATER THAN 3:00 P.M. CST ON 1 JUNE 2005. PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. SITE VISIT: A site visit is scheduled for 26 Apr 2005, at 2:00 p.m. CST. Contractors who plan on attending must contract Mr. Chuck Burton no later than close of business, 22 Apr 2005. (xvii) The point of contact for this acquisition is Mr. Chuck Burton. His phone number is 618-256-9268; fax is 618-256-5237; e-mail address is charles.burton1@scott.af.mil.
 
Place of Performance
Address: Scott AFB, IL
Zip Code: 62225-5015
Country: USA
 
Record
SN00782124-W 20050407/050405212438 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.