SOLICITATION NOTICE
25 -- This is a combined synopsis/solicitation for commercial item in accordance with FAR Subpart 12.6. The NAIC code is 332994, SB standard 1000 employees. Purchase of Gun Mounts.
- Notice Date
- 12/2/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-04-T-0157
- Response Due
- 12/5/2003
- Archive Date
- 2/3/2004
- Point of Contact
- verbeckmoesk, 8084386535
- E-Mail Address
-
Email your questions to ACA, Fort Shafter
(verbeckmoesk@shafter.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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 b eing requested and a written solicitation will not be issued. The solicitation number W912CN-04-T-0157 IS ISSUED AS A Request for Proposal (RFP), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The N orth American Industry Classification System code is 332994, with a small business standard of 1000 employees. The acquisition is a firm-fixed contract to purchase; Item 0001=70/ea, Gun mount, H24-3, #M24-070, with ammo can holder and clip, for use with M 249 and M240/MAG58 MG, Item 0002=70/ea, Swing Arm, SA2, #M09-002 for use in front location, Item 0003=70/ea, Front mounting bracket, #M09-020, and Item 0004=70/ea, Front travel lock, #M24-610. Delivery of material shall be made FOB destination to Fort Sha fter, Hawaii. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. FAR 52.212-2 Evaluation ?????? Commercial Items ?????? As a minimum, the proposal shall contain (1) Descriptive Literature to determine product acceptability; (2)Ab ility to meet the delivery schedule; Offerors who fail to follow the format and requirements listed in 1 and 2 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be co nsidered. Award will be made to the responsible offeror on the basis of technically acceptable, delivery and lowest price. The government may award a contract based on initial offers received, without discussion of such offers; therefore, initial offer s hould contain the offeror??????s best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications ?????? Commercial Items and 52.212-7000 Offeror Representations and Certifications ?????? Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions ?????? Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Exec utive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity?????? 52.219-8 Utilization of Small Business Concerns and Small D isadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of O wnership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer ?????? Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Appl icable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act ?????? Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELI VERY SCHEDULE, CLINs 0001 thru 0004, 14 days after date of award or a partial delivery of 40 each of a complete set is acceptable. REQUIRED DELIVERY SCHEDULE Item 0001 thru 0004 within 14 days after date of award or partial delivery of a complete set of a t least 40 each is acceptable. The Defense Priorities and Allocations System (DPAS) does not apply. Descriptive literature and delivery status shall be emailed to verbeckmoesk@shafter.army.mil no later than 12/05/2003, 10:00 A.M. Hawaii Standard Time. F or information regarding this solicitation, contact Kathleen Verbeckmoes (808) 438-6535, extension 210. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted.
- Place of Performance
- Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
- Zip Code: 96858-5025
- Country: US
- Zip Code: 96858-5025
- Record
- SN00479691-W 20031204/031202212117 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |