Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

69 -- Combined synopsis/solicitation for portable pop-up targeting system for the VTARNG

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN10R0009
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Joyce Merrill, (802)338-3190
 
E-Mail Address
USPFO for Vermont
(joyce.merrill@us.army.mil)
 
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. This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6 and 13.5 as supplemented with additional information included in this notice. Solicitation W912LN10R0009 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-39. The NAICS code and small business size standard for this acquisition is 333319 and 500 employees respectively. USPFO for Vermont, VT-PFO-PC has a Firm Fixed Price requirement for a vendor to provide a portable pop-up targeting system for use our local training areas and ranges. The requirements are specified in RFQ W912LN10R0009. A written copy of the RFQ is available via email request to bruce.r.demag@us.army.mil (802) 338-3188. The following clauses and provisions can be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: FAR 52.203-3, Gratuities, FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; FAR 52.204-7, Central Contractor Registration; FAR 52.209-5 Certification Regarding Responsibility Matters, FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial items. Offerors must include with their offer a completed copy of provisions at FAR 52.212-3 Alt I, Offeror Representation and Certifications-Commercial Items. On-line registration is available at http://orca.bpn.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.219-8 w/Deviation, Utilization of Small Business concerns, FAR 52.222-19 Child Labor-Cooperation with Authorizes 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, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-3, Buy American Act Free Trade Agreements Israeli Trade Act; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer, Other Than Central Contractor Registration; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Send offers in writing to the POC listed above not later than 11:00 a.m. eastern standard time, 20 September 2010. The fax number is (802) 338-3184. Award will be made on or about 22 September 2010. The government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, with technical, past performance, delivery, price and other factors considered. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award. You can register in the CCR via the Internet at http://www.ccr.gov. The Vermont Army National Guard currently has a requirement for 10 portable pop up target lifters. The portable pop up target lifter should be of a rough design to provide high reliability in all kinds of environments as intended use is for within the state of Vermont. The lifters must also feature easy set up and handling along with simple maintenance. Any of equal targeting systems must provide the same salient characteristics as the 4th Generation SAAB Targetry, BT 18BX to allow compatibility with targeting system currently owned by the VTARNG. The targeting system should consist of a target mechanism, target holder and hit sensor and controller and interface devices. The portable pop up target lifters should also contain a built-in lamp for night fire exercise that would illuminate the target board and also allow simulation of enemy fire from the target. The portable pop-up target lifter should normally be battery powered but also have the ability to connect to a main power supply via a battery eliminator. The units should be the self-scoring type, automatically detecting hits by means of a hit sensor mounted on the target holder. The portable pop up targets should have the capability to be equipped with a (LTI) Laser Target Interface. The following items are required at a minimum: Item DescriptionPart #Quantity Lifter, BT 18BX8836 001-10710 Laser Target Interface8871 001-40010 LTI Sensor8871 021-12110 Cable, PTCU-BT18BX8871 020-10110 T1 Cable (16.5ft)8793 048-20510 Battery, Lifter, 24v8740 087-11410 Hand Held Controller BT24PX, 151 MHz8867 001-207 1 Frequency Plug (A1-1, A1-2) Freq: 150.3508867 050-1012 Remote Target Interface8867 002-2072 Battery, Hand Held Controller BK 105 12v6853 498-8883 Charger, Battery, AR304M6853 488-3642 Adapter, Charger, 12v8702 039-2012 Adapter, Charger, 24v8702 038-1018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43/W912LN10R0009/listing.html)
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3000
 
Record
SN02274200-W 20100911/100909235207-e8b8a1c419821d3052b073b7798f7043 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.