SUBJECT TO FAR 52.215-3, THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A 'REQUEST FOR PROPOSAL (RFP)' TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THERE WILL NOT BE A SOLICITATION, AVAILABLE AT THIS TIME. REPSONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED.
The National Aeronautics and Space Administration (NASA) at located at the John F. Kennedy Space Center (KSC), Florida, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the Kennedy Space Center's Firing Range Upgrade. The intention is to determine if there are adequate resources in the marketplace to issue a competitive solicitation or set-aside for a specific socio-economic group.
Please review the attached information below and provide a response according to the directions specified therein.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
This effort will involve construction of two galvanized corrosion resistant Encapsulated Granular Bullet traps at range 1 and range 2. Each Trap is to be constructed of galvanized steel supports and backstop, with a minimum of 18 inches of ½ inch granular rubber. The galvanized steel mount support structures and backstop are to be protected by a series of rubber panels and rubber blocks. The blocks and panels are intended to be a component of a bullet-stopping process. The rubber granules will work in concert with the blocks to contain the bullets. The steel decking shall overlap between rows.
The range systems shall be capable of capturing jacketed, semi-jacketed and non-jacketed, shot and slug projectiles with velocities of 600 feet per second (FPS) (183 meters) to .308/7.62 mm grade, certified up to 3600 foot-pounds (4881 joules) of impact and capture projectiles fired from oblique angles and close range. The design shall be as such to support high volume use and is capable of stopping conventional pistol and rifle rounds up to 7.62mm (M80 Ball) and 5.56mm (M855 Ball). Each lane shall be capable of handling at least 80,000 rounds before lead removal is required.
Trap assembly shall include a support frame inclined relative to the direction of incoming projectiles.
Support frame shall include an inclined support surface fabricated from a minimum of 10 gauge steel and supported by a steel truss structure arranged and configured to properly support the granular rubber media. Rubber granulate material will be used to fill the area within the support frame and ballistic rubber will cover the front edge of the trap assembly to contain the rubber granulate fill and capture errant rounds. A galvanized steel brow shall be constructed on the top of the system not to extend more than 8 feet from the back of the system toward the front of the system to prevent ricochets.
An area to store extra granulated rubber will be located above the target region of the trap to maintain a constant depth of material. The front facing of the hopper is constructed of AR 500 steel and covered with minimum of 2 inch (51 mm) thick rubber to provide ballistic protection and capture errant shots.
Both Range 1 and Range 2 shall be capable of supporting 12 active lanes with each lane being 4 feet in width and a minimum of 12 feet in height. On either side of lanes 1 and 12, a non-active target lane shall be part of the whole system. These two lanes shall be capable of providing the same protection as the 12 active lanes.
A rebar reinforced concrete base (20'x65'') shall be constructed as such to support both range 1 & 2.
At range 1, remove and dispose of the existing motorized range mechanism (running man) and remove and relocate wooden (railroad ties) backstop to an environmentally agreeable location within the range area.
At Range 2, remove and dispose of the existing motorized range mechanism (turning targets) and replace with fixed target stands.
(Additive Alternative #1) At range 2, install a motorized rotating targeting system to support 12 lanes. The targeting systems shall be capable of operating with a reliable remote control device and shall be weather proof. This shall include a one year warranty on parts and labor.
(Additive Alternative #2) At Range 2, construct a rebar reinforced concrete pad (45'x60'x4") to be poured in front of the existing targeting system to the 15 yard line. This may require some degree of excavating dirt to prepare and pour the concrete to support the weight of the structure.
At both system locations a portion of the current earthen berm used as the current back stop will need to be relocated to accommodate the new range system. That dirt which is excavated will be relocated within the confines of the range property (KSC) to a location that is environmentally acceptable. Any lead in the berm will be removed prior to relocating the dirt. Any future lead removal from the new system will require a certified lead removal company to perform the work. It is estimated at the current range usage and number of rounds fired, would take about 3-4 years for the minimum number of rounds to accumulate before a lead removal would be necessary.
CAPABILITY STATEMENT:
It is requested that interested business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement demonstrating ability to perform the services listed above.
The capability package shall be no more than 8 (eight) pages in length and printed in not smaller than 12-point type.
The capabilities statement will consist of:
1 page cover sheet referencing Source Sought Notice "NNK19ZOS004L ", Capabilities Statement - "Kennedy Space Center Firing Range Upgrade".
And;
2 pages discussing:
1. Company Name, DUNS, Cage Code Number, Address, Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number) and System for Award Management expiration date.
2. Business size and number of employees. Specifically state whether your firm is a large or small business under NAICS Code 713990 All Other Amusement and Recreation Industries. Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business.
3. Experience - Provide the number of years in business and listing of relevant work performed. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following:
a. Projects involving firing range upgrades similar in size and scope and complexity of work described above.
b. KSC anticipates that the following requirements will be incorporated in order for a prospective source to be considered capable, and thereby eligible for award:
i. Provide a customer evaluation for at least one similar system it has installed to a Law Enforcement or Department of Defense component within the last five years.
ii. At least one site visit to evaluate the project prior to providing a proposal.
iii. CAD drawings and plans of the proposed product with proposal.
iv. A post award meeting shall be held to provide an overview of the drawings and the proposed work.
v. Weekly meetings will be required to discuss projects milestones.
vi. A project manager will available to address customer's questions.
Remaining pages can be used to further elaborate on pertinent experience information.
Capability packages must be submitted electronically, via e-mail, to Gloria McIntosh, NASA Contract Specialist, at the following email address: gloria.a.mcintosh@nasa.gov on or before March 29, 2019 at 4:00 PM EST. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location.