Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27, 2001 PSA #2923
SOLICITATIONS

10 -- 30MM SCOPE RING SETS WITH 1' INSERTS FOR THE M40A3 (7.62MM) SNIPER RIFLE

Notice Date
August 23, 2001
Contracting Office
Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010
ZIP Code
22134-5010
Response Due
September 10, 2001
Point of Contact
Major S. J. Colcombe, USMC, please e-mail only at colcombesj@mcsc.usmc.mil
E-Mail Address
click here for the U.S. Marine Corps Systems Command's (colcombesj@mcsc.usmc.mil)
Description
The Marine Corps is issuing this request for Proposals/Sources Sought synopsis. The Government is seeking Bid Samples in regard to 30mm. scope ring sets with 1" inserts for the Marine Corps M40A3, 7.62mm (30. Cal.) Sniper Rifle. The scope rings shall serve to maintain current accuracy standards of the Marine Corps long-range marksmen. The scope ring set will be attached to a MilStd. 1913 rail. It is desired that the scope ring sets would meet the following Key Performance Parameters: (1) The scope ring sets should be made out of 4130 or 4140 steel. Material or produced part shall not be forged or cast. Hardness of R.C. 42-45 is desirable. The inserts made of compatible material. (2) The optical center of the rings should be 0.886"off of the MilStd. 1913 rail, with the center location not to deviate .005". (3) The front ring should be compatible with USMC drawing number 99004A1501. (4) The rear ring should have a thickness of .625 +/- .005. (5) The ring should attach to the MilStd. 1913 rail by means of a cross bolt and a locking nut of either 3/8" or " head, this cross bolt/ head combination should hold a torque of 80 in pounds. (6) The final finish should be in accordance with Mil. Spec. MIL-C-13924. All finishes should be free of blemishes that would affect the mounting of the ring to the rail, the spacers to the rings or the spacers to the scope body. (7) The ring sets should not degrade the inherent 1 (one) Minute Of Angle (m.o.a.) accuracy of the M40A3 Sniper Rifle. An Indefinite-Delivery Indefinite Quantity contract is anticipated for this purchase with a minimum purchase quantity of 200 and maximum purchase quantity of 800. The contract ordering period will cover approximately 36 months from date of award. The agency authorized to place delivery orders against this contract is the Marine Corps Systems Command. The Government will place delivery orders against this contract using DD-1155 format. Deliveries shall be FOB Destination to the addresses specified. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number is M67854-01-R-1121 and is issued as a Request for Proposal (RFP). The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-2, Evaluation-Commercial Items (JAN 99) Addendum to FAR 52.212-2 is as follows: Paragraph (a) is modified as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capabilities, Price and Past Performance. Each offeror is required to submit two (2) product sample by the closing date of this solicitation. Product samples shall be evaluated to determine compliance with Key Performance Parameters. Each offeror is required to submit a list of its three (3) most recent customers for the same or similar item (include the name, address, contract/order number and phone number for two points of contact for each reference). The Government may evaluate an Offeror's past performance based upon the information furnished by the offeror, or other information that is reasonably available, including information not provided by the offeror. Offerors who do not have other past performance information reasonably available to the Government will not be rated favorably or unfavorably on past performance. The Technical Capabilities Factor is more important then the Price Factor; Price Factor is more important than Past Performance. Offerors are to include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications Commercial Items (DEC 2000) with their offer. The following clauses apply (some are amended herein to provide appropriate fill-in information): FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 1999); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (APR 1998); FAR 52.216-18, Ordering (OCT 1995) amended as follows: paragraph (a) Such orders may be issued from date of award through September 2004. FAR 52.216-19, Order Limitations (OCT 1995) amended as follows: a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 800; (2) Any order for a combination of items in excess of 800 units or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. FAR 52.216-22, Indefinite Quantity (OCT 1995). Offerors are limited to 25 pages on the offeror's ability to meet the KPP, to include past performance and pricing data. The USMC desires pricing data for quantities of units 1-100 and for 200- 300 etc. in increments of 100 for each of the FY line items up to 800. Manufacturing capacity must also be addressed, in terms of numbers of scope ring sets w/ inserts that can be produced in a month. Any brochures, test data or other information provided must be provided in a CD ROM. Offers and samples are to be received at Marine Corps Systems Command (attn. Mike Flanagan) Ordnance Testing Facility, 3228 Boat Dock Circle Quantico, VA 22134, by 10 September, 2001 at 1600 (4 pm) local time (EST). The Marine Corps will test the samples and evaluate the offers and make award in September 2001. Please no Facsimiles or e-mail responses. All questions are to be directed to Major. S. J. Colcombe, USMC, e-mail address is colcombesj@mcsc.usmc.mil. All responsible sources may submit an offer that shall be considered by this agency. The Marine Corps will provide drawing number 99004A1501 via e-mail upon request.
Record
Loren Data Corp. 20010827/10SOL002.HTM (W-235 SN50V7X6)

10 - Weapons Index  |  Issue Index |
Created on August 23, 2001 by Loren Data Corp. -- info@ld.com