Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
MODIFICATION

15 -- DESIGN, ENGINEERING, DEVELOPMENT, AND INSTALLATION OF INTEGRATED TARGET LIFTERS/SCORING SYSTEMS FOR ABERDEEN TEST CENTER

Notice Date
5/16/2007
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0453
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
Small Business Set-Aside
N/A
 
Description
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. The combined synopsis/solicitation number is W91ZLK-07-T-0453. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-07. The North American Industry Classification System (NAICS) is 881310 and Small Business size standard is $6.5 MIL. The government intends to award a firm-fixed price Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Ground, MD for the following items: STATEMENT OF WORK FOR INTEGRATED TARGET PRESENTATION/SCORING SYSTEM Prepared by: U. S. ARMY ABERDEEN TEST CENTER (ATC) 400 Colleran Road Aberdeen Proving Ground, MD 21005 CONTENTS Section Page 1 Scope 1 1.1 Background 1 2 Applicable Documents 2 2.1 DOD Specification 2 2.2 Non-Government Standards and other Documents 2 3 Requirements 2 3.1 General 2 3.2 Hardware Development 2 3.3 Software Development 4 3.4 Data Recording and Reporting 6 3.5 Delivery 6 3.6 Technical Support Services 7 3.7 Clause 7 Statement of Work For Integrated Target Presentation/Scoring System 1. SCOPE: This Statement of Work (SOW) defines the effort required for the design, engineering development, calibration, testing, and installation of the Integrated Target Presentation/Scoring System for the United States Army Aberdeen Test Center (ATC) S oldier Systems Test Facility (SSTF) Small Arms Range. This SOW also identifies technical support services for the Integrated Target Presentation/Scoring System that include user training for system operation and maintenance, and complete schematics and parts lists. 1.1. Background: ATC is the Armys lead test center for Soldier systems testing with a particular emphasis on the integration of future Warfighter systems with various weapon platforms. The ATC SSTF handles testing of all items within Program Executive O ffice (PEO) Soldiers responsible areas, including Program Manager (PM) Weapons, PM Soldier, PM Soldier Equipment, and PM Sensors and Lasers. A key focus area of the SSTF Small Arms Range is the integration of small caliber weapons with future soldier sys tems. The SSTF Small Arms Range consists of 8 firing positions, 11 target berms (25m, 50m, 100m, 150m, 200m, 250m, 300m, 350m, 400m, 450m and 500m), with 8 targets behind each berm, as shown in Figure 1. Each target can be moved left or right about 1m. The tar gets are instrumented with Meggitt-Defense Caswell AA10E target lifters that transmit data over a fiber optic network to a central range control computer (RCC) using UDP. The range also contains a 50 foot rail which provides a moving pop-up target capabil ity. Future SSTF Small Arms Range upgrades will extend the moving target rail to 100 feet and provide a similar capability at all berms. The RCC transmits control messages to the target lifters and receives target status data from each target lifter over the fiber optic network using TCP/IP and UDP. The RCC controls the presentation and movement of targets on the range. The AA10E target lifters are configured on independent network switches. Additionally, the moving target uses a wireless link to trans mit data between the target lifter to an access point that is connected to the range fiber optic network. Single phase, 110 VAC, 225 A power is supplied for the network switches and equipment, while single phase, 220 VAC, 225 A power is available for each target lifter. In order to evaluate Warfighter performance and integration of Warfigther systems with advanced weapon platforms more effectively, ATC needs to enhance the SSFT Small Arms Ra nge testing by providing the capability to determine the location of shots fired on stationary and moving targets. Shot location data will be used in a feedback manner to control the subsequent presentation of targets so that tactically realistic target p resentation scenarios can be generated. 2. APPLICABLE DOCUMENTS: 2.1. DOD Specification: MIL-HDBK-454A Standard General Requirements for Electronic Equipment MIL-STD-461E Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment MIL-STD-810F Environmental Engineering Considerations and Laboratory CEHNC 1110-1-23 Range Design Guide TC 25-8 Training Ranges ICD.FASIT.PD 1.0 Future Army Systems of Integrated Targets Presentation Devices Interface Control Document ICD.FASIT.SYS 2.0 Future Army Systems of Integrated Targets, Systems Devices Interface Control Document (Draft) PRF-PT-00468 Performance Specification for the Future Army System of Integrated Targets (Draft version 5.4) 2.2. Non-Government Standards and Other Documents: ASME Y14.100 Engineering Drawing Practices 3. REQUIREMENTS: 3.1. General: The contractor shall design, develop, calibrate, test, and install Integrated Target Lifter/Scoring Systems for the ATC SSTF Small Arms Range. The contractor will also provide technical support services that include system operations and ma intenance training, manuals, schematics, and parts lists. 3.2. Hardware Development: 3.2.1. The contractor shall design and develop an integrated target lifter/scoring system for the 88 targets arranged as shown in Figure 1. The integrated system must be able to transmit and receive data using standard UDP and TCP/IP over the SSTF Small A rms Range fiber optic network infrastructure. Additionally, the system must be capable of transmitting data wirelessly between targets moving along a 100 foot rail and access points connected to the fiber optic network. The fiber optic network architectu re is powered by single phase, 110 VAC, 225 A. Single phase, 220 VAC, 225 A power is available for each integrated target lifter/scoring system. The integrated target lifter/scoring system must also meet Future Army Systems of Integrated Targets (FASIT) standards. The contractor shall design and develop an integrated target lifter/scoring system with a detection zone of at least 4 meters high by 3 meters wide. The system must be capable of handling weapons firing at 2,000 rounds per minute at a single target. The integrated target lifter/scoring systems must be compatible with standard infantry targets (E, F and 3D type targets used sometimes with electrically powered covers that heat the targets to make them visible through thermal optical viewers). Figure 1. ATC SSTF Small Arms Range Layout The contractor shall design and develop an integrated target lifter/scoring system that determines the position (horizontal and vertical) of rounds fired on static targets and on targets moving horizontally in front of the shooter for a distance of 100 fee t. Additionally, the integrated system must be able to detect the location (horizontal and vertical) of each shot with an accuracy of at least twice the diameter of the round fired. The system must also be capable of scoring rounds fired from any positio n along the firing line. The contractor shall design and develop an integrated target lifter/scoring system that complies with the specifications of the documents in Section 2 of this SOW. 3.2.2. The contractor shall provide a rugged monitor for each of the 8 firing positions at the ATC SSTF Small Arms Range meeting MIL-STD-810F specifications and having non-glaring screens for use in bright sunlight. The monitors must be compatible with th e SSTF Small Arms Range fiber optic network infrastructure and must operate using single phase, 110 VAC, 225 A power. 3.2.3. The contractor shall provide a RCC that will report and store shooter p erformance and target status data, that will control individual target lifters, and that will operate over fiber optic network using Windows 2000 or later. The system must also have sufficient video cards, memory, and processor speed to analyze and displa y data in real time. 3.3. Software Development: 3.3.1. The contractor shall design and develop the software necessary to operate and control the integrated target lifter/scoring system. The software must provide the capability to manually override program instructions to conceal or expose targets and t o initiate or stop moving targets. Additionally, the software must have the capability to build robust expose, conceal, and move routines that can be loaded into the RCC. The software must provide the ability to establish the amount of time that targets remain exposed, set up the sequence for exposing and concealing targets, and set the speed of moving targets. The software must also provide the capability to define multiple hit, kill, miss, and near miss zones on targets. Figure 2 shows an example of possible target zone locations. Each zone must be customizable in terms of shape and size. The integrated syst em software must provide the capability to variably control the exposure and concealment of targets based on data from the target scoring components and the target lifters. Figure 2. Target Zone Identification Table 1 summarizes the required variable control of target presentation for static and moving targets. Kill data will always conceal the target whether it is stationary or moving. Hit data will either conceal or bob the target back and forth. The bo bbing of the target can be used to simulate hitting someone who is wearing ballistic protection. For moving targets, any hit signal will conceal the target. A miss signal will continue to expose the target and then conceal the target after a user-def ined period of time for both static and moving targets. Near miss data will allow the target to remain exposed and then be concealed after a user-defined time for stationary and moving targets. A near miss will also bob a target or conceal the target to simulate someone reacting to hostile fire. Table 1. Variable target presentation control based on scoring data LETHALITY PROFILE TARGET KILL HIT MISS NEAR MISS STATIC Conceal target Conceal target or bob target and then expose target Expose target, and then conceal after user definable time Expose target or bob target or conceal target after user definable time MOVING Conceal target and continue moving to limit switch Conceal target and continue moving to limit switch or stop Continue to expose target and move to limit switch. Conceal after user definable time Continue to expose target or conceal target and cont inue to move towards limit switch or stop 3.3.2. The contractor shall design and develop a database to store all target scoring and target lifter data. The contractor shall also design and develop a database interface allowing access to the database via common database transfer protocols. 3.4. Data Recording and Reporting: 3.4.1. The contractor shall develop an integrated target lifter/scoring system where all data generated from the system is stored in a database accessible via common database transfer protocols. Data shall be reported to the central range control system f or immediate feedback to the testers. Also, data will be reported to the firing lane monitors for real time feedback to the shooters. 3.4.2. The data reported to the RCC will display the location (x and y position) of all shots on a target within the detection zone, the lethality (kill, hit, near miss, miss) of each shot, and the status (concealed or exposed) of all 88 targets. RCC will also display the number of kills, hits, near misses, and misses and the total number of shots for each shooter and for each target engaged. The RCC will also display the sequence of s hots from each shooter, the velocity and origin each shot, target identification, and shooter identification. Additionally, the RCC will display the speed and direction of moving targets, the distance from the firing point to the target, the air temperatu re near each target, and shooter performance statistics. 3.4.3. The firing lane monitors will display a digital picture of each target, the number of shots fired, the sequence of shots, the severity (kill, hit, near miss, or miss) of each shot, and shooter performance statistics. . 3.4.4. Additional data to record will be time of target exposure, time of target engagement, time of target kill/hit/near miss/miss, and time of target concealment. 3.4.5. The system must allow provide standard U.S. Army scoring reports and allow for customization of reports. 3.5. Delivery: 3.5.1. The contractor shall provide the hardware and equipment to install the integrated target lifter/scoring systems at the ATC SSTF Small Arms Range. 3.5.2. The contractor shall install, setup, configure, calibrate, and test the integrated target lifter/scoring systems at each of the 88 SSTF Small Arms Range targets. 3.5.3. The contractor shall install, setup, configure, calibrate, and test the 8 shooter performance monitors along the firing line. 3.6. Technical Support Services: 3.6.1. The contractor shall provide training on the operation and configuration of the integrated target lifter/scoring systems, on the firing lane monitors, and on the range control system. 3.6.2. The contractor shall provide clear and concise operations and maintenance manuals for the integrated target lifter/scoring system. The manuals must contain detailed drawings and schematics of the system and components that comply with the documents specified in Section 2.0 of this SOW. 3.7. Clause: The contractor shall provide a signed agreement from MDS-Caswell stating consent to work with the contractor for the purpose of integrating a target scoring capability with the MDS-Caswell AA10E target lifters already installed at the ATC SST F Small Arms Range. The contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for loca ting or securing any information, which is not identified in the quotation. The following clauses are incorporated by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors deb arred, suspended or proposed for debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items without addenda: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive O rders Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-14 Limitations On Subcontracting; 52-222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition Opportunity for Speci al Disabled Veterans 52.222-22 Previous contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 Buy American Act; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination; 252.204-7004 Alt A Ce ntral Contractor Registration; . Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items with quotat ions. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The full text of the FAR/DFARS references may be accessed electronic ally at this address: http://farsite.hill.af.mil and http://www.acquisition.gov/comp/f ar/index.html. Offers must be signed, dated and received by 09:00 AM (Eastern Daylight Savings Time) on May 31, 2007 via fax at 410-306-3889 or email at irene.mancuso@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, ATTN: SFCA-NR- APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be consid ered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCR. For questions concerning this Request for Quotations, contact Irene Mancuso, Contract Specialist via email to: irene.mancuso@us.army.mil. NO T ELEPHONE REQUESTS WILL BE HONORED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01297487-W 20070519/070517222648 (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.