Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

69 -- Wireless Live-Fire Targetry, including Mannequin Targets, Target Mechanisms, Hand Held Controllers, and Battery Chargers for a reconfigurable Military Operation on Urban Terrain (MOUT) range at Grafenwoehr Training Area (GTA), Germany.

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-07-T-TARG
 
Response Due
3/22/2007
 
Archive Date
5/21/2007
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Quotations (RFQ) for wireless Live-Fire Targetry, to include Mannequin Targets (MT), Target Mechanisms (TM), Hand Held Controllers (HHC), Battery Chargers, and training in the use thereof on a reconfigurable Military Operation o n Urban Terrain (MOUT) range at Grafenwoehr Training Area (GTA), Germany, using a combined synopsis/solicitation for a commercial item(s) prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This RFQ will result in a three-year, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government intends to make one award. The guaranteed minimum order quantity resulting from this solicitation will be a tar getry package including some combination of the items listed above with a contract value of $200,000.00. An award under this solicitation in no way obligates the Government to place any additional orders beyond this guaranteed minimum. Any subsequent Deliv ery Orders placed against this contract will utilize firm-fixed prices based on the unit prices provided by the successful awardee for relevant items within the corresponding ordering period(s). Ordering periods are as follows: ORDERING PERIOD 1, DATE OF A WARD  30 SEP 2007; ORDERING PERIOD 2, 01 OCTOBER 2007  30 SEP 2008; ORDERING PERIOD 3, 01 OCTOBER 2008  30 SEP 2009. This announcement constitutes the only solicitation and a written solicitation will not be issued. CAUTION: This synopsis/solicitation i s posted electronically to the Federal Business Opportunities (FedBizOps) website at http://www.fbo.gov under number W52H09-07-T-TARG and any amendments will be issued electronically via the same website. The Government is under no obligation to maintain a respondent list and it is therefore incumbent upon any interested parties to periodically access FedBizOps site to obtain any amendments which may be issued. This solicitation is issued using simplified acquisition procedures, pursuant to FAR Part 13, as authorized by the test program, at FAR part 13.500. FAR clauses 52.212-1 through 52.212-5 (and as modified herein) are incorporated by reference. Responses are requested for this solicitation, and will result in a three-year, IDIQ contract for wireless MTs , TMs, HHCs, and Battery Chargers for use at GTA, Germany. Offerors are advised to propose their best price for these items as described in the Statement of Work, Attachment 001 (hereafter SOW). Attachment 001 (and any subsequently mentioned attachments) c an be found on TACOM-Rock Islands Solicitation Information Page, URL: https://aais.ria.army.mil/aais/SOLINFO/index.htm under Draft Solicitations/Specifications/Scopes of Work.). In accordance with (IAW) FAR 52.212-3, Offeror Representations and Certificat ions  Commercial Items, Nov 2006, the offeror shall complete Attachment 002 and submit along with their offer, completing only paragraph (k) if they have completed the annual representations and certificates electronically at http://orca.bpn.gov and para graphs (b) through (j) if they have not. The successful offeror must quote devices already granted Host Nation (HN)  in this case, Germany  approval. If an offerors equipment has HN approval, the offeror will have corresponding J/F-12 (Joint Frequency A llocation Process) number(s) on file. The successful offeror must provide a description of the equipment quoted (brand, part number, part name, etc.), the location of its current use within Germany, and all corresponding J/F-12 numbers. This information mu st be submitted with the offerors completed Pricing Sheet, referenced hereafter as Attachment 003. Following award, the successful offeror shall request a frequency assignment from the Grafenwoehr Frequency Manager, with contact information to be listed i n the award narrative. The awardee is also responsible for obtaining any other necessary licenses or permits required by law or statute to execute the provisio ns of the resulting contract. FAR clause 52.212-1, Instructions to Offerors  Commercial Items (Jan 2006), applies to this acquisition and is incorporated by reference with the following modifications: subsection (a) is tailored as follows: The NAICS code is 3329 and the small business size standard for this acquisition is 500. FAR clause 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition, modified as follows at subsection (a): The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability of the offered item to meet the Governments requirement. Items offered will be considered Technically Capable if they satisfy the requirements of HN approval outlined above. In the event that more than one Technically Acceptable offer is received, the Go vernment will award to the offeror with the lowest total evaluated price of MTs, TMs, HHCs, Batteries, and installation/training. Offerors shall enter prices for each item on Attachment 003. The quantities set forth on Attachment 003 are estimates, for pri cing purposes only, and do not bind the Government in any way. The total evaluated price will be the sum of the weighted evaluation price for all Ordering Periods, where the weighted evaluation prices are calculated by multiplying the proposed unit prices for each range and Ordering Period by their respective weight and maximum quantity, and summing their totals. Pricing Sheet Quantity ranges for Battery Chargers mirror those of the TMs, to meet the requirement of potentially needing to charge all batteries (one for each TM) simultaneously. However, the offeror may quote multi-station battery chargers that satisfy this requirement. For example, if a TM quantity range is listed as 10-20, the offeror may quote two (2) 10-station chargers in lieu of twenty (20) single unit chargers, as long as this is noted on the offerors completed Pricing Sheet. All hardware required for completion of the contract resulting from this solicitation shall be ready for shipment to Germany within a period NTE (Not to Exceed) 90 da ys from notification of award. FOB will be Origin with GBL (Government Bill of Lading). The successful offeror shall initiate shipping by completing a Form DD 1659 and submitting it to their cognizant DCMA office no less than 30 days prior to their anticip ated production completion date. A copy of this form will be made available upon request. A shorter delivery time is encouraged and is acceptable at no additional cost to the Government. Shipping is not expected to exceed a period of 30 days following prod uction completion, and installation and training shall be completed no more than 30 days after the arrival of the equipment at GTA. Inspection and acceptance shall be IAW commercial practices, i.e. Certificate of Conformance (COC), FAR 52.246-15 applies. F inal acceptance of the items purchased via this solicitation will be IAW COC procedures and the final deliverable to be inspected/accepted will include all targets and peripherals referenced in Attachment 001, as well as all initial installation, training, and training manuals. The following FAR clauses apply to this acquisition and are incorporated by reference: 52.246-16, Responsibility for Supplies, Apr 1984; 52.247-29, F.O.B. Origin, Feb 2006; 52.247-59, F.O.B. Origin  Carload and Truckload Shipments, Apr 1984; 52.247-61, F.O.B. Origin  Minimum Size of Shipments, Apr 1984; 52.216-18, Ordering, Oct 1995, with ordering dates inserted as from time of award through 30 Sep 2009; 52.216-22, Indefinite Quantity, Oct 1995; 52.212-4, Contract Terms and Conditio ns  Commercial Items, Sep 2005; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, Aug 2006; 52.222 -3, Convict Labor, Jun 2003 (E.O. 11755); 52.222-19, Child Labor  Cooperation with Authorities and Remedies, Jan 2006 (E.O. 13126); 52.222-21 - Prohibition of Segregated Facilities, Jun 2004; 52.222-26 - Equal Opportunity, Apr 2002 (E.O. 11246); 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Dec 2001 (38 U.S.C. 4212); 52.222-36 - Affirmative Action for Workers With Disabilities, Jun 1998 (29 U.S.C. 793); 52.222-37  Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Sep 2006; 52.225-1 - Buy American ActSupplies, Jun 2003 (41 U.S.C. 10a-10d); 52.225-5 - Trade Agreements, Jun 2006 (19 U.S.C. 2501); 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration, Oct 2003 (31 U.S.C. 3332); 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, Jan 2005; 52.204-7  Central Contractor Registra tion, July 2006; 52.204-9 - Personal Identity Verification of Contractor Personnel, Jan 2006; 52.229-3 - Federal, State, and Local Taxes, Apr 2003; 52.229-6  Taxes  Foreign fixed-price Contracts, Jun 2003; 52.249-8 - Default (Fixed-Price Supply and Servi ce), Apr 1984; 52.243-1 - Changes - Fixed-Price, Aug 1987; 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions, Sep 2005; 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, Jun 2006; 52.252-6 - Authorized Deviations in Clauses, Apr 1984; 52.216-1 - Type of Contract, Apr 1984; 52.225-17 - Evaluation of Foreign Currency Offers, Feb 2000; DFARS 252.243-7001 Pricing of Contract Modifications, Dec 1991; DFARS 252.242-7003 Application for U.S. Government Shippin g Documentation/Instructions, Dec 1991; DFARS 252.204-7003 Control of Government Personnel Work Product, Apr 1992; DFARS 252.204-7000 Disclosure of Information, Dec 1991; DFARS 252.225-7041 Correspondence in English, Jun 1997; DFARS 252.229-7002 Customs Ex emptions (Germany), Jun 1997; DFARS 252.232-7008 Assignment of Claims (Overseas), Jun 1997; DFARS 252-225-7042 Authorization to Perform, Apr 2003; DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States, Mar 2006 , with subsection (d) modified as follows: HQDA (DAMO-ODL)/ODCSOP; telephone, DSN 225-8491 or commercial (703) 695-8491; DFARS 252.247-7022 Representation of Extent of Transportation by Sea, Aug 1992; DFARS 252.247-7023 Transportation of Supplies by Sea, A lternate I, Mar 2000; DFARS 247.572-1 Ocean Transportation Incidental to a Contract for Supplies, Services, or Construction. The following TACOM-Rock Island Nonstandard Clauses apply to this solicitation: 52.215-4503, Notice to Offerors - Electronic Bid/Of fer Response Required, Dec 2005; 52.201-4501, Notice about TACOM-RI Ombudsman, Apr 2002; 52.233-4503, AMC-Level Protest Program, Jun 1998; 52.204-4505, Disclosure of Unit Price Information, Feb 2003; 52.211-4503, Packaging Requirements (Commercial), Nov 20 05; 52.216-4500, IDIQ Contracts Issued Under Simplified Acquisition Procedures (SAP), Mar 2006, modified as follows: -1- fill-in is 3; 52.242-4505, CAO Shipping Instructions for Overseas Movements, Mar 1988; 52.247-4531, Cognizant Transportation Officer, M ay 1993; 52.246-4500, Material Inspection and receiving Reports (DD Form 250), Nov 2005; 52.247-4545, Place of Contract Shipping Point, Rail Information, May 1993; 52.247-4544, Transportation Containerization, Jan 1991; 52.215-4511, Electronic Award Notice , Dec 2005; 52.211-4547, Notice to Offerors Intending to Offer Other than New Material, Jun 2005. TACOM-Rock Island Nonstandard Clauses can be referenced at https://trimsc.ria.army.mil/acquisition/pp/nonstd_clause/Index.htm. Submit offers IAW this combined synopsis/solicitation by e-mail to Gregg Johnson at johnsong2@ria.army.mil or gregory.johnson23@us.army.mil. Phone number of contact is (309) 782-5851. Offers are due by 22 March 2007 at 4:30 PM, Central Standard Time.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01252058-W 20070317/070315222248 (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  © 1994-2020, Loren Data Corp.