Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
SOURCES SOUGHT

69 -- MOUT Assault Course (MAC)

Notice Date
4/3/2008
 
Notice Type
Sources Sought
 
Contracting Office
M67854 MARCORSYSCOM - PM TRASYS
 
ZIP Code
00000
 
Solicitation Number
M6785408R8069
 
Response Due
4/18/2008 5:00:00 PM
 
Archive Date
4/18/2008
 
Point of Contact
Fred Boehne fax 407-381-8807fred.j.boehne@usmc.mil
 
Description
The government is seeking sources to for the procurement and installation of an automated target system in the existing facades located on the MOUT Assault Course (MAC) at Camp Lejeune NC. The existing structures are constructed of wood and have been in place for several years. The MAC has multiple bays that are about 50 yards wide and 200 yards deep, separated by earthen berms. Only temporary targets have been used in the MAC to date. The new target system will be computer operated using hand-held controllers. A lighting system is required to create shadows throughout the MAC. The contractor will be required to install a total of 25 computer controlled, programmable personnel targets of various types to create shooting scenarios for window targets, door targets rooftop targets and free standing targets. Targets must rotate to be capable of presenting shoot/no-shoot presentations at the discretion of the controller. Window targets (13 total) may have swing-up or swing across presentations. Door targets (5) must provide swing-across presentations. Free standing (7) targets must have swing-up movements and be protected with concrete coffins ground mounted on the range in locations designated by the government. Lifting mechanisms must be hidden to the greatest extent possible and be provided with ballistic protection for the lifting mechanism designed to withstand errant rounds from weapons up to 7.62mm. Movement and direction of fire on the MAC will be in a single direction so 180 degree protection is all that is required. Targets must react t! o small arms rounds (7.62mm and below) and be programmable to require multiple hits at the discretion of the controller. The contractor will provide lighting at twenty yard intervals on each side of the range to create shadows during night training and to provide for safety of movement in the event of mishap. Individual lights must be able to be activated using the same controller that operates the target system. A separate control system must exist for each of the two bays and must operate independently without interference. The control system must include a removable “Toughbook” type laptop computer (Mil Std 810F compliant) for automatic operation and allow targets to be controlled remotely using handheld devices. There is no permanent range house at the MAC so all range control equipment must be removed from the range after each use to prevent pilferage. Target lifters will remain on the range so must be anchored to the greatest degree possible. The computer must be fully installed with programmable “Windows-type” software to operate the targetry. The system must be programmable to allow facing of one, groups and/or all targets simultaneously. It must also store pre-set scenarios to be chosen from a computer menu if desired. The contractor will submit required documentation to the installation frequency manager to authorize controller frequencies for use. If a pneumatic operating system to power the range is used, the operating system must include an air compressor with dryer package to include: a pressure gauge, regulator, filter, an air-cooled after-cooler, and a desiccant dryer assembly. The contractor will provide a shelter to protect the compressor from theft, vandalism and inclement weather. Ricochet producing materials must be shielded. The range has adequate impact barriers behind the targets. The contractor must run all conduit and wiring from the targets to a central terminal adjacent to the firing lines. Government electricians will connect power to the firing line terminals once final power requirements are known. The award will be approximately $125,000 with an anticipated delivery date of 90 days after contract award. This is not a request for quotations or an announcement of a forthcoming solicitation. It should not be construed as a commitment of any kind by the US Government to issue a solicitation. Any information provided to the Government in response to this RFI will become USMC property and will not be returned. All proprietary or classified information will be treated appropriately. Written response is requested within 15 days after publication of this notice.
 
Record
SN01547258-W 20080405/080404001022-d372b1367c3e4ca015b01e2259906fc8 (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.