Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
MODIFICATION

99 -- Ballistic Range Protection

Notice Date
3/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0109
 
Archive Date
4/3/2012
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
(kenneth.brumfiel@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to make changes to the Statement's of Work and to extend the RFQ response date. 1) Statement of Work (CLIN 0002) section B.2.5 updated. 2) Sections C.6.1 added to both CLIN 0001 and 0002's Statement's of Work. 3) Sections B.2.10 and B.2.11 have been added to the Statement of Work for CLIN 0002. 4) Sections B.2.4 and B.2.8 of Statement of Work for CLIN 0002 have been updated. 5) The RFQ response date has been extended to 10:00 a.m. Eastern Standard Time (EST) on 19 March 2012. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0109. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective 02 February 2012. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% Small Business Set-Aside. The DPAS rating for this procurement is DO-C9. SECTION B CLIN 0001, Description: Portable and Modular Ballistic Protection System. See SOW, Qty: 1, Unit of Issue: Lump Sum; CLIN 0002, Description: Louvered Ballistic Protection, See SOW, Qty: 1, Unit of Issue: Lump Sum; Delivery: TBD Deliver to: Reference Section C of the SOW FOB Point is Destination. Inspection is at Destination Acceptance is at Destination STATEMENT OF WORK (CLIN 0001) A.1 Introduction - This requirement is for the design, fabrication, delivery and installation of ballistic protection in the Government's facility located in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA. A.2 Background - A ballistic test lane was recently installed parallel to the government's 200 yard baffled rifle range. For direct access to the shooting positions in the ballistic test lane personnel must walk past three openings along the side of the rifle range that expose them to the rifle range firing line. If the rifle range is in use, personnel cannot utilize the direct access door of the ballistic test lane, due to being exposed to live fire while passing the three openings. To utilize the rifle range and access the ballistic test lane simultaneously, additional ballistic protection is required to prevent personnel from being exposed to live fire. A.3 Scope of Work - The contractor shall design, fabricate, deliver and install a prefabricated and modular ballistic protection system. Part B - Requirements B.1 Conduit Support Removal - The contractor shall remove six existing conduit supports prior to installing the ballistic protection. The contractor shall grind the surface smooth after removing the supports, and apply protective coatings to the steel that will inhibit rust (the coatings are required to match the existing finish). B.2.1 Ballistic Containment - The contractor shall design, fabricate, deliver and install prefabricated and modular ballistic protection. All sheet steel utilized in this requirement shall be three eighths (3/8) inch thick AR500 steel. The contractor shall provide steel hardness certification documents from the steel manufacturer that verifies the AR500 rating of the steel, prior to its installation for this requirement. If the steel certification documents show that the steel does not meet AR500 standards, or the documents are not directly from the steel manufacturer, the contractor shall correct discrepancies to meet the steel certification requirements at no cost to the government. B.2.2 The installed section of modular ballistic protection shall be approximately 48 feet long and 12 feet high. The contractor shall take their own measurements during the government provided site visit. The contractor's design, when assembled and installed, shall provide a continuous section of ballistic protection. Prefabricated sections shall not overlap. The contractor shall ensure joints where steel sheets meet are covered with 3/8"inch (3/8") thick AR500 steel on the rifle range side of the ballistic protection. B.2.3 All hardware and support brackets shall be stainless steel. Unless it is determined at the site visit that the stainless steel hardware is not suitable due to engineering requirements. B.2.4 At the point where the modular ballistic ends, the contractor shall install a physical barrier that prevents personnel from going any further down range. The physical barrier shall be a minimum of 8 feet tall and have a lockable personnel gate within the barrier that is 36 inches wide and a minimum of 7 feet high. The contractor shall identify in its quote, with drawings and a written description, what type of barrier they are proposing. B.2.5 All AR500 steel shall have a protective coatings applied to match existing finish on other ballistic materials in the range. Protective coatings shall be suitable for a maritime environment. If the contractor applies its finish to the modular section prior to installation, the finish shall be touched up upon completion of installation to correct any blemishes from hot work or handling. B.2.6 The contractor shall include in its proposal concept drawings with dimensions and a written description that shows/state the proposed design, how the ballistic protection will be mounted, and size and type of fasteners. B.2.7 The contractor is responsible for obtaining access to the Dam Neck Annex by utilizing the regional Rapid Pass/Gate system. This system requires monetary and time expenditures and the contractor is responsible for any costs incurred to obtain the passes. Time to complete this process should be considered as part of the "Period of Performance" for this requirement. B.2.8 If the contractor's proposal includes hot work (grinding, welding, torch work, any spark producing metal work), the contractor shall be responsible for obtaining "Hot Work" permits from the base Fire Marshall prior to commencing hot work. The Fire Marshall can be reached through the dispatch number (RESERVED). C.1 Place of Performance C.1.1 Initial design, fabrication, and inspection shall be completed at the contractor's facility. Final installation and inspection shall be at the government's facility located in Dam Neck Annex of Naval Air Station Oceana, Virginia Beach, VA. C.2 Delivery Schedule C.2.1 The contractor shall provide a proposed delivery schedule with their quote. C.3 Contractor Furnished Materials C.3.1 Contractor shall furnish all materials, manpower, and equipment necessary for the design, production, delivery, and installation of this requirement. C.4 Reserved C.5 Government Furnished Materials and Services C.5.1 Government will provide the contractor with: access to 110VAC C.6.1 If the contractor is proposing to use a crane, then the contractor will be responsible for creating a plan and submitting approval through the Crane Safety Center. The contractor shall factor this into their quote both in terms of price and delivery time frame. STATEMENT OF WORK (CLIN 0002) A.1 Introduction - This requirement is for the design, fabrication, delivery and installation of ballistic protection in the Government's facility located in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA. A.2 Background - The government's rifle and pistol ranges has a covered firing line. On the left end of the pistol range firing line and the right end of the rifle range firing line there is ballistic protection that consists of a louvered wall section fabricated from 3/8 inch thick AR500 steel. The louvered design allows natural ventilation to occur and prevents bullets from exiting the firing line area. The existing louvered ballistic protection requires modification. A.3 Scope of Work - The contractor shall design, fabricate, deliver and install a modular ballistic protection system. Part B - Requirements B.1 Ballistic Containment B.2.1 The contractor shall design, fabricate, deliver, and install prefabricated and modular ballistic protection. All steel utilized in this requirement as part of the ballistic protection shall be three eights (3/8) inch thick AR500 steel. Prior to installation, the contractor shall provide steel hardness certification documents from the steel manufacturer that verifies the AR500 rating of the steel. If the steel certification document show that the steel does not meet AR500 standards, or the documents are not directly from the steel manufacturer, the contractor shall correct discrepancies to meet steel certification requirements at no cost to the government. B.2.2 The contractor shall design, fabricate, deliver, and install two sections of louvered ballistic protection. The ballistic protection sections, when assembled, shall be approximately 12 feet long and 7 feet high. The contractor shall take their own measurements during the government provided site visit. The contractor's design, when assembled and installed, shall provide a continuous section of ballistic protection with the same design as the existing louvered sections. B.2.3 All hardware and support brackets shall be stainless steel. Unless it is determined at the site visit that the stainless steel hardware is not suitable due to engineering requirements. B.2.4 The contractor shall install a personnel gate within the louvered ballistic protection on the rifle and pistol ranges (two gates). The gate shall be fabricated with the louvered design and be 48 inches wide and approximately 7 feet tall. The contractor shall take their own measurements during the government provided site visit. The gate shall be installed within the existing louvered section next to the building on each range. This will require the contractor to remove/modify a section of the existing ballistic protection. B.2.5 The gates shall have jambs, heavy duty hinges and hasps. The hasps shall be designed to allow unlocking from either side of the gate. The gates shall be equipped with detention grade hinges and be capable of swinging both ways. B.2.6 All steel shall have a protective coatings applied to match existing finish on other ballistic materials in the range. Protective coatings shall be suitable for a maritime environment. If the contractor applies its finish to the modular section prior to installation, the finish shall be touched up upon completion of installation to correct any blemishes from hot work or handling. B.2.7 The contractor shall include in its proposal concept drawings with dimensions and a written description that shows/state the proposed design, how the ballistic protection will be mounted, and size and type of fasteners. B.2.8 The contractor is responsible for obtaining access to the Dam Neck Annex by utilizing the regional Rapid Pass/Gate system. This system requires monetary and time expenditures and the contractor is responsible for any costs incurred to obtain the passes. Time to complete this process should be considered as part of the "Period of Performance" for this requirement. B.2.9 If the contractor's proposal includes hot work (grinding, welding, torch work, any spark producing metal work), the contractor shall be responsible for obtaining "Hot Work" permits from the base Fire Marshall prior to commencing hot work. The Fire Marshall can be reached through the dispatch number (RESERVED). B.2.10 The contractor will be required to tie the louvered sections of the ballistic protection into the existing beam (all the way to the flat-side of the beam). B.2.11 The contractor shall provide a concrete base for the extended portions of the ballistic protection. C.1 Place of Performance C.1.1 Initial design, fabrication, and inspection shall be completed at the contractor's facility. Final installation and inspection shall be at the government's facility located in Dam Neck Annex of Naval Air Station Oceana, Virginia Beach, VA. C.2 Delivery Schedule C.2.1 The contractor shall provide a proposed delivery schedule with their quote. C.3 Contractor Furnished Materials C.3.1 Contractor shall furnish all materials, manpower, and equipment necessary for the design, production, delivery, and installation of this requirement. C.4 Reserved C.5 Government Furnished Materials and Services C.5.1 Government will provide the contractor with: access to 110VAC C.6.1 If the contractor is proposing to use a crane, then the contractor will be responsible for creating a plan and submitting approval through the Crane Safety Center. The contractor shall factor this into their quote both in terms of price and delivery time frame. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Nov-11 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification Sep-10 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-15 Progress Payments Not Included Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.237-1 Site Visit Apr-84 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Changes -- Fixed-Price Aug-87 FAR 52.243-1 Alt I Changes -- Fixed-Price Alt I Apr-84 FAR 52.245-1 Government Property Aug-10 FAR 52.246-25 Limitation of Liability - Services Feb-97 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7000 DISCLOSURE OF INFORMATION Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Item Identification and Valuation Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.247-7023 ALT III Transportation of Supplies by Sea ALT III May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.204-9004 Foreign Persons (2006) Section K SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.204-8 Annual Representations and Certifications Feb-12 FAR 52.209-1 Qualification Requirements Feb-95 FAR 52.212-2 Evaluation -- Commercial Items Jan-99 FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Apr-11 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Feb-12 FAR 52.212-5 (Dev) (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) Feb-12 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12 SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) SOFARS 5652.228-9000 Required Insurance (2003) Section G SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) 9/1/2010 LOCAL The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance, delivery/installation time frame, and price. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kenneth Brumfiel - Contract Specialist Kenneth.brumfiel@vb.socom.mil PH - 757-893-2716 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. A site visit will be held for this requirement, interested parties are required to attend this one and only site visit. Measurements and descriptions are approximate, the vendor will be required to make a site visit to take and confirm all measurements and to ensure the proper fit of the equipment. This site visit is mandatory so as to ensure form/fit/and functionality of all equipment. A site survey will be conducted at 1636 Regulus Ave., Virginia Beach, VA 23461 on Wednesday March 7, 2012 at 10:00AM EST. Due to time constraints and limitations on the availability of the space, the site visit will only be held for contractors who arrive at the NSWDG SECURITY/SHIPPING & RECEIVING BUILDING at precisely at 10:00AM EST. There will not be another opportunity to view the site. Interested parties who are late will not have access to the site. Please note that visitors will first have to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted the below information. Visitors must submit the following information 1) Full Name of each individual attending the site visit 2) Company name (including DUNS#, Cage Code) 3) Full social security number of each individual attending the site visit 4) Date of birth of each individual attending the site visit 5) Place of birth of each individual attending the site visit 6) Country of citizenship of each individual attending the site visit 7) Vehicle Information to include the make/model/year/color/state/license plate #/ of each vehicle. 8) Please note that in order to obtain a vehicle pass you will have to display the appropriate ID, registration, vehicle inspection slip (if applicable) etc... All site visit information must be received by no later than Wednesday February 29, 2012 at 8:00 AM EST. Please send all information to Kenneth Brumfiel via email only at kenneth.brumfiel@vb.socom.mil, insert the solicitation number "H92244-12-T-0109" into the subject line of the email. Please call 757-893-2716 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons. All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil after the site visit by March 8, 2012 at 9:00AM EST questions will be answered after the site visit. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716) or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 a.m. Eastern Standard Time (EST) on 19 March 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0109/listing.html)
 
Record
SN02693111-W 20120311/120309234959-9f06536956f96f5c2c1fae16c69a7658 (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.