Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2005 FBO #1487
SOLICITATION NOTICE

10 -- Facsimile Drill Rifle, NSN 1005-01-519-4121

Notice Date
12/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-05-R-0287
 
Response Due
1/11/2006
 
Archive Date
3/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(I) 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; prop osals are being requested and a written solicitation will not be issued. (II) Solicitation W52H09-05-R-0287 is being issued as a Request for Proposal and is issued as a 100% Small Business Set-Aside. (III) This solicitation incorporates FAR provisions a nd clauses for commercial items in effect through Federal Acquisition Circular 2005-06. All FAR and DFARS provisions and clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil. (IV) The associated NAICS code for this acquisiti on is 332994 and the SIC Code is 3484. (V) The Government will award a firm fixed price 5 year Indefinite Delivery Indefinite Quantity resulting from this combined synopsis/solicitation. A guaranteed minimum quantity of 1,000 each, Facsimile Drill Rifl e, Part Number PD-DTL-136, NSN 1005-01-519-4121 will be awarded concurrently with the basic 5-year contract and represents the guaranteed minimum quantity. The total maximum contract quantity is 22,000 each Facsimile Drill Rifle. The ordering ranges, as shown on the Pricing Evaluation Sheet at https://aais.ria.army.mil/aais/SOLINFO/SOWandSPECS/index.htm, attachment 001 and is solely for the purpose of establishing reasonable ranges of quantities against which to provide prices, and to establish ordering l imitations in the event that orders beyond the guaranteed minimum quantity are executed. The quantity ranges per ordering period (OP), other than the guaranteed minimum quantity of 1,000 each Facsimile Drill Rifle is not guaranteed buy quantities. An awa rd under this combined synopsis/solicitation in no way obligates the Government to place any additional orders, beyond the guaranteed minimum quantity. The estimated buy quantities are as follows: OP 1 - 1,000 ea; OP 2 - 1,000 ea; OP 3 - 1,000 ea; OP 4 - 1,000 ea; OP 5 - 1,000 ea. In order to be considered, the offeror shall submit a firm fixed price on Price Evaluation Sheet, attachment 001 at https://aais.ria.army.mil/aais/SOLINFO/SOWandSPECS/index.htm for all ordering periods, and all price ranges, including First Article Test Report. All unit prices proposed will be binding. A proposal without the requisite pricing information shall be summarily rejected if the Government determines that award without discussions in its best interest. The Governm ent reserves the right to require the submission of any data necessary to validate the reasonableness of an offer. The Government will evaluate offers based on prices proposed all ordering periods and any other price related factors require by the combine d synopsis/solicitation. For each proposal, the Government will calculate a total evaluated price by multiplying the proposed unit prices for each range and ordering period by their respective weight and maximum quantity, and summing their totals. The we ight associated with each range represents the likelihood that an order, if placed, would be placed within that range. For purposes of evaluation, FAT cost will be added to the Total Evaluated CLIN price, as applicable. The exclusion of the FAT cost is de pendent upon whether or not an offeror will receive approval of a waiver prior to evaluation. Failure to propose FAT may be considered a reason for disqualification. The Total Evaluated Price is the sum of the weighted evaluation price for all ordering p eriod plus FAT cost. (VI) Prices are to FOB destination to the following address: XR WOLF Anniston Munitions Center, Trans Officer 256-235-6837 CL V, 7 Frankford Ave Blvd 380, Anniston, AL 36201-4199. Delivery of First Article Test will be due 90 days after award of contract. The initial production quantity will be required 150 days after award of contract at the rate of 1,000 per month. Any follow on quan tities will be due 60 days after award of delivery order. The following packaging requirements apply: PRESERVATION: Commercial; LEVEL OF PACKING: Commercial; QUANTITY PER UNIT PACKAGE: 001. MARKING - all unit packages, intermediate packs, exterior ship ping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision P, Change Notice 2, Date 10 Feb 04 including bar coding. The following documents are available at https://aais.ria.army.mil/aais/SOLINFO/SOWandSPE CS/index.htm. Purchase Description, Facsimile Drill Rifle (PD-DTL-136) dated 5 Apr 2004, Contract Data Requirements List, Document Summary List, Address List, Address Code Distribution For ECP/RFD/VECP, and Accountability Instructions for Facsimile Rifle. (VII) The latest edition of FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005) is incorporated by reference. (VIII) The latest edition of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order s - Commercial Items (Sep 2005) applies to this acquisition. Under paragraph (a), the following clauses are incorporated: FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). Under paragraph (b), the following clauses are incorporated: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-8, Utilization of Small Business Concerns (May 2004): FAR 52.219-14, Limitations on Subcontracting (Dec 1996); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004); FAR 52.222-21, Prohibition of Segregated Facilities (Jun 2004); FAR 52.222-26, Equal Op portunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); Employment Reports on Spe cial Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2 004); FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct 2003); (IX) The following provisions and clauses are incorporated by reference : FAR 52.204-7, Central Contractor Registration (Oct 2003); FAR 52.232-18, Availability of Funds (Apr 1984); DFARS 252-212-7000, Offeror Representations and Certifications Commercial Items (Jun 2005); DFARS 252.212-7001, Contract Terms and Conditions Requ ired to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2005); Paragraph (b), DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); DFARS 252-225-7001, Buy American Act and Balance of Payments Program (Jun 2005); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004); DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (Jun 2005); DFARS 252.232-7003, Electronic Submission of Paym ent Requests (Jan 2004); DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000); DPAS Rating is DO-A5. Clauses incorporated by Reference; FAR 52-246-1, Contractor Inspection Requirements (Apr 1984); FAR 52.246-2, Inspection of Supplies (Aug 1996); FAR 52.246-11 Quality Management Systems - Requirements, ISO 9001:2000, 13 Dec 2000, tailored by excluding paragraphs 7.3, 7.3, 7.5.1, and 7.5.2 (Feb 1999); FAR 52.246-45 31 (TACOM), Acceptance Inspection Equipment (Mar 2001); FAR 52.249-2, Termination for Convenience of the Government (Fixed Price); FAR 52.249-8, Default (Fixed- Price Supply and Services); FAR 52.209-4512 (TACOM) First Article Contractor Testing (offeror will be required to submit First Article Test results in accordance with table III of PD-DTL-136 (Mar 2001); FAR 52.246-4577 (TACOM), Government Furnished Test Su pport Equipment - One .30 Cal. M1903A3, NSN 1005-01-081-1400 will be furnished. The Facsimile Drill Rifle shall visually appear generally the same size, shape and color as the demilitarized .30 cal, M1903A3 Rifle. Offeror will be required to provide one black sling with each Facsimile Drill Rifle and apply a six digit serial number on the receiver area similar to the way the M1903A3 Rifle is serialized. FAR 52.245-2 Government Property (Fixed-Price Contracts) applies. FAR 52.212-1, Instructions to Offe rors-Commercial Items (Jan 2005); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2005); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Jul 2005); FAR 52.216-19, Order Limitat ions (Oct 1995) - Maximum order. When the Government requires supplies in an amount of less than 1,000 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish those supplies. Nor is the Contractor obligated to honor any single item in excess of 5,000 each, or a series of orders form the same ordering office within 30 days that together call for quantities exceeding 5,000 each. The Contractor shall honor any order exceeding the maximum order limitation (5,000 each) un less the order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item called for and the reasons. Upon receiving this notice, the Government may acquire the su pplies from another source. FAR 52.216-18, Ordering (Oct 1995) - Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the individuals or activities designated in the Schedule. Such orders may be issued from award of basic contract through 31 December 2010. All delivery orders are subject to the terms and conditions of the contract. In the event of a conflict between the delivery order and the contract, the contract shall control. FAR 52.216-22, Indefinite Quantity (Oct 1995) - (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in th e Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the ef fective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided that the Contractor shall not be required to make any deliveries under this contract on orders issued after 31 December 2010. Offerors are required to compl ete representations and certifications electronically at http://orca.bpn.gov. (X) Award will only be made to contractors registered in Central Contract Registr ation https://www.bpn.gov. Proposals are due no later than 11 Jan 2006 at 3:45 PM CST. Electronic quotes only will be accepted to teresa.stottlemyre@us.army.mil. Simplified Acquisition Procedures will be utilized. Attachments pertaining to this require ment may be found at: https://aais.ria.army.mil/aais/SOLINFO/SOWandSPECS/index.htm, under W52H09-05-R-0287, Facsimile Drill Rifle.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00955389-W 20051222/051221075814 (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.