Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

13 -- Special Ammunition and Pyrotechnics for Fort Polk, LA

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
6661 Warrior Trail, Fort Polk, LA 71459
 
ZIP Code
71459
 
Solicitation Number
W9124E-10-T-0060
 
Response Due
8/25/2010
 
Archive Date
2/21/2011
 
Point of Contact
Name: James Saunders, Title: Contract Specialist, Phone: 337-531-4711, Fax: 337-531-8369
 
E-Mail Address
james.m.saunders@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124E-10-T-0060 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 332993 with a small business size standard of 1,500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-25 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Polk, LA 71459 The USA ACC MICC Fort Polk requires the following items, Brand Name or Equal, to the following: LI 001, LX01: 25lb. Naphthalene Bomb. The naphthalene bombs are devices that create a reddish-orange ball of flame approximately 35-50 feet in diameter, which travels a minimum of 60 feet into the air. This device should also replicate airborne burning debris as well as secondary burning or black smoke. The airborne debris must extinguish in flight prior to reaching the downward trajectory. The bomb device must not exceed 12 inches in diameter and 14 inches in height. These devices must contain an electrical initiator with leads of at least 25 feet in length., 150, EA; LI 002, LX02: Electric match. The electric match is an initiator that must have a wire lead of at least 36 inches in length. These devices are primarily used in the Super Flash A&B to ignite the composition. The Electric Match must have a protective coating over the igniter to protect it from moisture and be of the most reliable components., 4000, EA; LI 003, LX03: Black Smoke. This black smoke device creates a heavy volume of black smoke for approximately 60-90 seconds. The device must not exceed 3 1/2 inches in diameter and 8 inches in height. They must contain an electrical initiator with a lead of at least 16 inches., 2000, EA; LI 004, LX04: SS Mine Type III Serious 1.4G, 2800, EA; LI 005, LX50 Super Flash A&B: Super Flash is a mixture which, when ignited, produces a loud audible signature. This mixture should normally be shipped in two different sizes of containers to expedite mixture. One size container should be called Flash A and the other Super Flash B. ( When loading, the two mixtures are combined into one container). An electrical ignition initiator with a lead of at least 36" should be provided for each Super Flash A component., 4000, EA; LI 006, LX45: Vulcan Simulator(Tracer Fireback Board). The Vulcan Simulators are devices that are used to replicate small/crew served arms fire. The devices are 15" in length and 4" in width and weigh approximately 3.5 pounds. The simulator should have four (4) rows with fifteen (15) tubes to each row. When firing one row at a time this device should produce fifteen (15) shots fired approximately 0.05 seconds to 1.0 second intervals. This simulator should replicate "tracer" rounds of either green or red signatures. These signatures must travel a minimum of 50 yards. These devices must replicate a tracer signature from exit port on a straight-line distance to minimum of 50 yards. The simulator will be provided in moisture resistant protection and subdued exterior. Each row of tubes should have an individual electrical initiator of at least 6 feet., 300, EA; LI 007, LX09: 44MM Bowman (BARC). The Bowmans are used to replicate a Shoulder Fired Rocket Propelled Grenade or Surface to Air Missile. The Bowman produces the signature of a single white ball of fire that is approximately 2" in diameter and travels approximately 75-100 meters. This white ball of fire must burn out at maximum altitude in peak trajectory prior to descent. The Bowman must provide a distinctive smoke trail from exit port through peak maximum trajectory. This device should be approximately 2" in diameter and 12" in length. The Bowman device must contain an electrical initiator with a subdued lead of at least 25 feet., 500, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Polk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Polk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with all provisions and clauses set forth within the attached solicitation word document named W9124E-10-T-0060.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/545c2097191f6b6e09f66d005d691f26)
 
Place of Performance
Address: Fort Polk, LA 71459
Zip Code: 71459
 
Record
SN02245154-W 20100820/100818235239-545c2097191f6b6e09f66d005d691f26 (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.