SOLICITATION NOTICE
10 -- 21,108 M16 Cleaning Kits
- Notice Date
- 12/3/2007
- 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
- W52H0908Q0038
- Response Due
- 12/10/2007
- Archive Date
- 2/8/2008
- Point of Contact
- Paul Ward, (309)782-5420
- E-Mail Address
-
Email your questions to TACOM - Rock Island
(paul.ward4@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition regulation Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes t he only solicitation and a written solicitation will not be issued. The solicitation number is W52H09-08-Q-0038 and it is issued as a Request for Quote (RFQ). This RFQ will result in one contract award. This RFQ is Full and Open Competition. This RFQ is issued using Simplified Acquisition Procedures pursuant to FAR Part 13, as authorized by the test program at FAR part 13.500. Offerors are advised to propose their best price for all Clins for evaluation. FAR Clause 52.212-2, Evaluation-Commercial Items (J AN 1999), applies to this acquisition, modified as follows at subsection (a): The Government will award a single contract resulting from this solicitation to the one responsible offeror that submits the lowest total evaluated price quote. The total evalu ated price will be calculated by multiplying the unit price for each CLIN by the quantity to get a total CLIN price, and then adding up the total price for each CLIN to arrive at a total evaluated price. Description of Requirement: CLIN 0001 consists of 21,108 ea M16 Cleaning Kits. Each kit should contain 1 ea Handle Section (NSN 1005-01-113-0321 or equivalent), 3 ea Rod Sections (NSN 1005-00-050-6357 or equivalent), 1 ea Brush Clean Bore (NSN 1005-00-903- 1296 or equivalent), 1 ea Brush Clean Chamber (NSN 1005-00-999-1435 or equivalent), 1 ea Swab Holder (NSN 1005-00-937-2250 or equivalent), 1 each Brush Clean Toothbrush , (NSN 1005-00-494-6602 or equivalent) 1 ea pouch (olive drab or desert tan; NSN 1005- 00-403-5804 or equivalent), 100 ea Pipe Cleaners (NSN 9920-00-292-9946 or equivalent; include as many of the pipe cleaners as possible in each kit; the remainder can be shipped bulk), 1 ea .5 oz Cleaner, Lubricant bottle (NSN 9150-01-102-1473 or equivalent ), and 1 ea 2 oz Clean Compound bottle (NSN 6850-00-224-6656 or equivalent). CLIN 0002 shall consist of 440 each Bore Carbon Remove Compound (1 gallon bottles; NSN 6850-00-965-2332 or equivalent). CLIN 0003 shall consist of 2,474 ea Cleaner, Lubricant (1 gallon bottles; NSN 9150-01-053-6688 or equivalent). CLIN 0004 shall consist of 1,056 ea Patches, SA Cleaning (1,000/box; NSN 1005-00-912-4248 or equivalent). It is acceptable to adjust the quantity of patches if the pack size varies. Inspection will be Certificate of Conformance, acceptance and FOB will be Origin. Partial shipments are acceptable, as long as equivalent quantities of the bulk items are shipped with each kit (1 bottle of each solvent and 5000 patches per 100 kits). Earlier deliveries ar e acceptable at no additional cost to the Government. Offerors shall submit a unit price for each CLIN. All responsible sources which submit a quote, which is received in a timely manner and takes no exception to any terms of the solicitation, shall be co nsidered by the Government. Because this synopsis/ solicitation is being issued electronically, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to perio dically access the above internet address in order to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of quotes may render your quote non-responsive and resu lt in the rejection. The following FAR clauses and provisions apply to this acquisition and are incorporated by reference: 52.212-1, Instructions to Offerors Commercial (Nov 2007); 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007); 5 2.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2007), with paragraphs (b)(1), (7), (16) through (24), (29), and (34) checked; 252.212-7001, Cont ract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), with clause 52.203-3, and paragraphs (b)(2), (5), (6), (9)-(12)(i), (17), (19), (20)(i), and (21) selected; 52.2 11-4503, Packaging Requirements (Commercial) (Feb 2004); 52.246-15, Certificate of Conformance (Apr 1984); DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Jun 2005) Copies of Reps. and Certs, to be completed by offerors ; 52.246-16, Responsibility for Supplies (Apr 1984); 52.247-29, F.O.B. Origin (Feb 2006); 52.247-61, F.O.B. Origin Minimum Size of Shipment (Apr 1984); 52.247-4531 Cognizant Transportation Officer (May 1993); DFARS 252.242-7003, Application for U.S. Govern ment Shipping (DEC 1991); 52.203-5 Covenant Against Contingent Fees (Apr 1984); 52.201-4501, Notice About TACOM LCMC (RI) Ombudsman (May 07); 52.233-4503, AMC-Level Protest Program (Jul 07); 52.204-45-5 Discolsure of Unit Price Information (Feb 03); 52.211 -4503, Packaging Requirements (Commercial), Unit pack should be 1 each; and 52.246-4500 Wide Area Workflow-Receipt Acceptance (WAWF-RA) (Oct 2007), additional email should be sent to paul.ward4@us.army.mil. In addition to the above listed FAR and DFAR Pro visions, all offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The Point of Contact (POC) for this action is Paul Ward, Contract Specialist, (309) 782-5420. Signed and dated quotes are due by 10:00 AM Central Time, 10 December 2007. All quotes are to be submitted either electronically to the following email address: paul.ward4@us.army.mil, or faxed to (309) 782-2560 Attn: Paul Ward. Email is the preferred method for receiving quotes.
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN01462248-W 20071205/071203230010 (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 |