Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2004 FBO #1038
SOLICITATION NOTICE

99 -- Interchangeable Weapons Racks for M4/M16/M60/M249/M240B with optics attached.

Notice Date
9/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Fort Stewart, Directorate of Contracting, 1042 William H. Wilson Avenue, Suite 219, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
W9124-04-T-0127
 
Response Due
9/30/2004
 
Archive Date
11/29/2004
 
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 acquisition is issued as a Request for Quotation(RFQ). The combined synopsis/solicitation number is W9124M-04-T-0127. The associated North America Industry Classification System (NA ICS) Code is 332311and the Business Size Standard is 500. Description of requirements: The contractor shall provide the following: CLIN 0001-Mutiple Storage Weapons Racks for M4 and M16 Rifles-380 each. CLIN 0002- Multiple Storage Weapons Racks for M249 an d M60 Machine Guns-88 each. CLIN 0003-Mutiple Storage Weapons Racks for M240B Machine Guns-32 each. Information applying to all racks. The weapons rack systems shall be designed and built to store and secure different types of weapons (M4&M16 carbine rif les; M249 Squad Automatic Weapon; M60 Machine Gun; and M240B Machine Gun) with their optics mounted in place. The barrel/muzzle holders and stock/butt rests will be interchangeable to fit the various types of weapons to be stored in the rack. When the we apons are placed into the mount, the barrel/muzzle holders must hold and lock the weapons barrels into place, to allow safe transport of the rack fully loaded with weapons. The barrel/muzzle holders will be a split (two pieces) unit type and rail mounted , that adjusts to the height of the stored weapons. The stock/butt holders will be interchangeable to the type of weapon being stored. The racks will be designed to be stackable and secured two high, within a standard eight foot ceiling room. Each Rack will meet the Government Physical Security standards set forth in Accordance With Army Regulation (AR) 190-11, Physical Security of Arms, Ammunition and Explosives. Each rack will be properly certified and stamped IAW AR 190-11, prior to delivery. The ce rtification process will be the responsibility of the contractor. All assembly will be removable and interchangeable between racks, coded with durable rubberize protective material, and secure the stocks/butts of any weapon stored. All removable and adju stable components will be appropriately marked: With weapons type, Top/Bottom, Left/Right, etc. Spare common hardware for all removable nuts and bolts will be provided for each rack. Any special tools required for adjusting or altering the weapons racks shall be included with each rack. Offeror shall submit drawings and list of materials to be used in the construction of all racks. Delivery date for racks shall be no later than 45 days after the receipt of order. Acceptance shall be at Destination. Sh ipping shall be FOB Destination. Delivery shall be to the Directorate of Logistics, Fort Stewart, GA 31313. The following clauses and provisions are incorporated by reference. 52.212-4 Contract Terms and Conditions Commercial Items, 52-247-34 F.O.B. Destin ation, The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to me et the delivery schedules, warranty, and support. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Co mmercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The fo llowing additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veteran s of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.2 25-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defen se Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252 .225-7012 Preference for Certain Domest ic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://fars ite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax September 30, 2004 no later than 5:30 PM EST at the US Army Contracting Agency Southern Region, D irectorate of Contracting, 1042 William H. Wilson Ave Suite 219, Fort Stewart, GA 31314, ATTN: MAJ Michael Milner. Fax # 912-767-2969 and e-mail michael.milner@stewart.army.mil. Vendors shall be available to answer questions about proposals as late as 24 00 hours on 30 Sep 04. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questio ns concerning this solicitation contact MAJ Michael Milner, Contracting Officer via email michael.milner@stewart.army.mil.
 
Place of Performance
Address: ACA, Fort Stewart Directorate of Contracting, 1042 William H. Wilson Avenue, Suite 219 Fort Stewart GA
Zip Code: 31314-3322
Country: US
 
Record
SN00682696-W 20040929/040927212119 (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 |
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.