Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
SOLICITATION NOTICE

J -- BAFFLE RANGE MAINTENANCE

Notice Date
9/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
H92244-15-T-0012
 
Archive Date
11/11/2014
 
Point of Contact
Courtney Greco, Phone: 7578629471
 
E-Mail Address
courtney.greco@vb.socom.mil
(courtney.greco@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services 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 H92244-15-T-0012. 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) 2005-76 effective 25 August 2014. This procurement is unrestricted and the associated North American Industry Classification System (NAICS) code is 811310 with a standard business size of $7.5 million. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: SECTION B Schedule of Supplies and Services CLIN 0001 BAFFLE RANGE TARGET SYSTEM MAINTENANCE (SEE STATEMENT OF WORK) QTY: 4 QUARTERS (TIME) MFR: MEGGITT TRAINING SYSTEMS PERIOD OF PERFORMANCE: 1 YEAR (AFTER DATE OF CONTRACT AWARD) PLACE OF PERFORMANCE: VIRGINIA BEACH, VA, 23461 CLIN 1001 (OPTION) BAFFLE RANGE TARGET SYSTEM MAINTENANCE (SEE STATEMENT OF WORK) QTY: 4 QUARTERS (TIME) MFR: MEGGITT TRAINING SYSTEMS PERIOD OF PERFORMANCE: 1 YEAR PLACE OF PERFORMANCE: VIRGINIA BEACH, VA, 23461 CLIN 2001 (OPTION) BAFFLE RANGE TARGET SYSTEM MAINTENANCE (SEE STATEMENT OF WORK) QTY: 4 QUARTERS (TIME) MFR: MEGGITT TRAINING SYSTEMS PERIOD OF PERFORMANCE: 1 YEAR PLACE OF PERFORMANCE: VIRGINIA BEACH, VA, 23461 STATEMENT OF WORK: RANGE MAINTENANCE SOW PART A - GENERAL INFORMATION A.1 INTRODUCTION This requirement is for the maintenance of the Government's target system, bullet traps, and ventilation. A.2 BACKGROUND The Government's range facility consists of an eight lane 200 Meter Rifle Range, two lane 200 Yard Ballistic Test Lane, and an eight lane 50 Meter Handgun Range. Each range utilizes a decelerator type bullet trap for containment of projectiles. A 4th (fourth) bullet trap shall be maintained under this requirement. It is installed in the Government's reactive steel range, which is located within the same range complex as other items in this requirement. The target systems, bullet traps, and test lane were manufactured and installed by Meggitt Training Systems. A.3 SCOPE OF WORK The purpose of this requirement is to provide quarterly manufacturer maintenance and repair of target lifters, acoustic sensors, hit sensors, bullet traps, ventilation, air conditioning, and shooting lane monitors. In addition to quarterly maintenance, the contractor shall provide telephone support for trouble shooting all components maintained by the contractor. All target lifters, box targets, touch screen monitors, and bullet traps described in section B of this requirement were manufactured and installed by Meggitt Training Systems. In the event telephone support cannot fix the problem with the target system, the contractor shall provide on-site technical support to repair the target system within 72 hours. SOW PART B - WORK REQUIREMENTS REFERENCES: MEGGITT OPERATION AND MAINTENANCE MANUAL (A) 1031817 MODULAR STATIONARY INFANTRY TARGET (MSIT) (B) 1032093 DEPLOYABLE MOVING INFANTRY TARGET (DMIT) LOMAH (C) 1038030 MTS CONTROL INTERFACE TO THE BUTTS TARGET LIFTER ETHERNET - LOMAH (D) 1038031 TARGET LIFTING DEVICE (TLD) W/ SINGLE LANE BOX TARGET LOMAH, MILITARY OPERATION ON URBAN TERRIAN (MOUT) (E) 1043520 NEXT GENERATION RANDOM TURNING TARGET SYSTEM On the 4th (fourth) maintenance visit of this requirement, the contractor shall assist Government personnel in the live fire calibration of the acoustic sensor targets located on the rifle and pistol ranges. The Government estimates this will take one full work day to complete. The contractor shall support by assisting with the entering of offset data to increase accuracy of the displayed image of bullet impact points on the shooters monitor. B.1 200 Meter Rifle Range Maintenance B.1.1 The rifle range consists of 8 Touch Screen Lane Monitors, 8 hit sensitive target lifters and 8 acoustic box target lifters at 25 yards, 8 acoustic and hit sensitive target lifters at 50 yards, 80 acoustic and hit sensitive target lifters at 100 yards, two acoustic and hit sensitive moving target lifters at 150 yards, eight acoustic and hit sensitive target lifters at 200 yards, eight acoustic box targets and motorized lifter carriages at 200 meters. B.1.2 The contractor shall perform the following maintenance on the Rifle Range: • Perform all recommended maintenance as per references A, B, C and D. • Function test all target lifters. Make repairs to inoperable lifters utilizing Government furnished spare parts. • Inspect target lifter limit switch settings. Adjust lifter limit switches to ensure the target is at 90 degrees to the range floor when in the up position, and parallel to the range floor when in the down position. Box target shall not be visible from the firing position or touching the range floor when in the down position. • Inspect all rubber gaskets on lifters. Replace damaged or missing gaskets with Government furnished spares. • Function test touch screen monitors, verify targets operate from the local controls, verify monitors slide up and down in the adjustment track and the pivot mechanism functions per manufacturers design. • Inspect external cables on all targets lifters. Replace damaged or malfunctioning cables with Government furnished spares. • Inspect and function test acoustic sensors. Replace and calibrate as required with Government furnished spares. • Inspect moisture indicator on target lifters during the first and third maintenance visits. Change desiccant packs on any lifters that present indications of moisture. • Change desiccant packs in all target lifters on the second and fourth maintenance visits. • Lubricate internal components of target lifters on the second and fourth visits. • Verify acoustic sensor alignment to the firing position whenever an acoustic sensor is removed and reinstalled. Alignment shall meet manufacturer specifications. It is acceptable for the contractor to utilize the Government's alignment sight. • Function test the master range control computer. Verify proper communication with all targets and system components. • Function test the 200 meter box targets and their motorized protective covers. Verify motorized covers retract and close to the manufacturers design. Verify the box targets raise and lower to the manufacturer's design. Make adjustments and repairs as needed utilizing Government furnished spare parts. • Inspect, function test, and repair moving targets located at the 150 yard line. Verify moving target operate from local controls and the master control computer. Repair moving targets utilizing Government furnished spare parts. • Provide a comprehensive post maintenance report. Submit the report to the Range Manager via email within 48 hours of completing the maintenance. Report shall include all noted discrepancies, any corrective action taken and Government furnished spare parts utilized. B.2 50 Yard Handgun Range Maintenance B.2.1 The handgun range consists of 8 Touch Screen Lane Monitors, 8 hit sensitive and acoustic sensor target lifters at 50 yards, 8 hit sensitive target lifters at 30 yards, 8 hit sensitive target lifters at 20 yards, Eight 50 yard overhead rails with one XWT target carrier installed on each rail. B.2.2 The contractor shall perform the following maintenance on the Handgun Range: • Perform all recommended maintenance as per references A, B and E. • Function test all target lifters. Make repairs to inoperable lifters utilizing Government furnished spare parts. • Inspect all rubber gaskets on lifters. Replace damaged or missing gaskets with Government furnished spares. • Inspect target lifter limit switch settings. Adjust lifter limit switches to ensure the target is at 90 degrees to the range floor when in the up position, and parallel to the range floor when in the down position. • Function test touch screen monitors, verify targets operate from local controls, verify monitors slide up and down in the adjustment track and the pivot mechanism functions per manufacturers design. • Inspect external cables on all targets lifters. Replace damaged or malfunctioning cables with Government furnished spares. • Inspect and function test acoustic sensors. Replace and calibrate as required with Government furnished spares. • Inspect moisture indicator on target lifters during the first and third maintenance visits. Change desiccant packs on any lifters that present indications of moisture. • Change desiccant packs in all target lifters on the second and fourth maintenance visits. • Lubricate internal components of target lifters on the second and fourth visits. • Verify acoustic sensor alignment to the firing position whenever an acoustic sensor is removed and reinstalled. Alignment shall meet manufacturer specifications. It is acceptable for the contractor to utilize the Government's alignment sight. • Function test the master range control computer. Verify proper communication with all targets and system components. • Function test all XWT Overhead Rail Target Carriers. Perform all recommended maintenance. Clean and lubricate battery charger connecting points. Verify battery chargers are functioning per manufacturer specifications. Make adjustments and repairs as needed utilizing Government furnished spare parts. • Provide a comprehensive post maintenance report. Submit the report to the Range Manager via email within 48 hours of completing the maintenance. Report shall include all noted discrepancies, any corrective action taken and Government furnished spare parts utilized. B.3 200 Yard Ballistic Test Lane Maintenance B.3.1 The ballistic test range consists of 2 Touch Screen Lane Monitors, 2 acoustic box targets and lifters each at 25, 50, 100, and 200 yards, supply and exhaust ventilation, air conditioning, and lighting control. The ventilation, lights, and air conditioning are controlled through a PLC system designed and installed by Meggitt Training Systems. B.3.2 The contractor shall perform the following maintenance on the ballistic test lane: • Perform all recommended maintenance as per reference A. • Function test all target lifters. Make repairs to inoperable lifters utilizing Government furnished spare parts. • Adjust lifter limit switches to ensure the box target is at 90 degrees to the range floor when in the up position, and parallel to the range floor when in the down position. Box target shall not be visible from the firing position or touching the range floor when in the down position. • Function test touch screen monitors, verify targets operate from local controls, verify monitors slide up and down in the adjustment track and pivot mechanism and function per manufacturers design. • Make repairs to the Ballistic Test Lane utilizing Government furnished spare parts as required to maintain full functionality of the range. • Function test and inspect all ventilation system components. • Inspect moisture indicator on target lifters during the first and third maintenance visits. Change desiccant packs on any lifters that present indications of moisture on the sensor. Change desiccant packs in all target lifters on the second and fourth maintenance visits. • Lubricate internal components of target lifters on the second and fourth visits. • Provide a comprehensive post maintenance report. Submit the report to the Range Manager via email within 48 hours of completing the maintenance. Report shall include all noted discrepancies, any corrective action taken and Government furnished spare parts utilized. B.4 Bullet Trap Maintenance and Inspection B.4.1 There is four AR500 steel bullet traps within the range facility. All bullet traps were manufactured and installed by Meggitt Training Systems. Two of the bullet traps are 65 feet wide, one bullet trap is approximately 80 feet wide, and one bullet trap is approximately 8 feet wide. All of the traps contain ½ inch thick AR500 steel impact surfaces and utilize a bucket system for collection of projectiles. B.4.2 The contractor shall perform the following maintenance on the bullet traps: • Inspect impact surfaces for excessive wear and pitting. Report damage to the Range Manager and provide part number to order replacement panels. • Inspect bullet trap "throat opening". Measure clearance of throat across the width of the bullet traps and make adjustments as required meeting manufacturer specifications. • Inspect bullet trap support structure for damage, corrosion, and loose bolts. Tighten loose bolts, report damage and corrosion to the Range Manager. • Inspect access covers for bucket collection system. Lubricate hinges and latches of access covers for bucket collection system. • The bullet trap in the reactive steel range contains a dust collector unit (DCU). The contractor shall inspect, function test, perform manufacturer's maintenance and make repairs to the DCU utilizing Government furnished spare parts. • Provide a written report on the bullet trap and DCU inspection to the Range Manager via email within 48 hours of completing the inspection. Report shall include all noted discrepancies, any corrective action taken and Government furnished spare parts utilized. SOW PART C - SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE All maintenance performed under this requirement will be in the Government's range facility in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA. C.2 PERIOD OF PERFORMANCE C.2.1 The period of performance for this contract shall be 12 months ARO. C.3 SPECIAL CONSIDERATIONS C.3.1 The contractor shall furnish all material, equipment, and labor necessary, except those identified as Government-furnished material in paragraph C.3.2. C.3.2 Government-Furnished Material and Services • Access to 110 VAC for operation of power tools • Spare Parts C.3.3 The Government is not specifying the number of personnel to be on site for each maintenance visit. The contractor shall provide the adequate number of qualified personnel to perform all maintenance and repairs in this requirement during each maintenance visit. Each maintenance visit shall be completed within a 5 day period, unless excessive repairs deem more time is required. C.3.4 Normal access to the range is from 0800 to 1630 Monday through Friday. If range operations limit the contractors access to the range to complete maintenance during a scheduled visit, the Government will make arrangements for the contractor to access the range outside of normal hours. C.4 CONTRACT OPTIONS C.4.1 There are two contract options in this requirement. Each option is for an additional 12 months of Range Maintenance. Section I Clauses FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Apr 2014 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items May 2014 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May 2014 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2014 FAR 52.217-8 Option to Extend Services Nov 1999 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.228-5 Insurance -- Work on a Government Installation Jan 1997 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.243-1 Alt I Changes - Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A System for Award Management Alternate A Feb 2014 DFARS 252.225-7000 Buy American -Balance of Payments Program Certificate Jan 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 SOFARS 5652.204-9004 Foreign Persons Section K 2006 SOFARS 5652.237-9000 Contractor Personnel Changes Section I 1998 SOFARS 5652.252-9000 Notice of Incorporation of Section K Section I 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-2 Evaluation - Commercial Items Jan 1999 FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (May 2014) - Alternate 1 May 2014 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 FAR 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Section I (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 Christine Anderson, telephone (757) 862-9469. SOFARS 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches (2013) Section H (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer. (e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.228-9000 Required Insurance (2003) Section G The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows: TYPE AMOUNT Automobile Bodily Injury Liability $200,000 per person/$500,000 per occurrence (example); as required by federal and State Statues Property Damage Liability $20,000 per occurrence (example); as required by federal and State Statues Workers Compensation & Occupational Disease As required by federal and State Statues Employer's Liability $100,000 (example); as required by federal and State Statues (Revised December 2011) SOFARS 5652.233-9000 Independent Review of Agency Protests (2011) Section I All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief of Contracting, N01K, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299, Fax (757) 862-9478. 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 by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil. Quotes must be received no later than 9:00am Eastern Standard Time (EST) on 27 October 2014. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-15-T-0012/listing.html)
 
Place of Performance
Address: 1636 REGULUS AVENUE, VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN03528716-W 20140927/140926000010-0146f95e0a046075c7f333a87eefc3a1 (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.