Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOLICITATION NOTICE

10 -- Colt Rifle Parts for the Government of Israel

Notice Date
4/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
DAAD05-02-T-0360
 
Response Due
4/19/2002
 
Archive Date
5/19/2002
 
Point of Contact
Katherine Monks, 410-278-0773
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch
(katherine.monks@sbccom.apgea.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and in accordance with the format in Subpart 12.6, as supplemented with additional information included in thi s notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is DAAD05-02-T-0360. Requirement is for Colt Rifle Parts for the Governme nt of Israel. CLIN 0001 Short Barrel W/Sight Assy 1/7 Twist Thick, P/N 9390007, NSN 1005-01-233-8529, 5000 EA. CLIN 0002 Bar, Metal, P/N 94641, NSN 1005-01-465-5348, 1000 EA. CLIN 0003 Extension Lower Receiver, P/N 9390019, NSN 1005-01-233-8531, 6000 E A. CLIN 0004 GAZ Tube Assy, P/N 9390016, NSN 4710-01-233-8637, 4000 EA. CLIN 0005, Stock, Butt, Sliding, P/N 9390013, NSN 1005-01-233-8636, 4000 EA. CLIN 0006 Flat Upper Receiver, P/N 12973012, NSN 1005-01-454-9880, 1000 EA. CLIN 0007 Handguard Assy, P/ N 9390003, NSN 1005-01-234-2297, 39,000 EA. Partial shipments are acceptable. Offerors are required to submit proposed delivery schedules for each CLIN with offers. Delivery terms are FOB Origin. Shipping will be performed by the cognizant DCMC office, to Israel?s freight forwarder in the United States. The vendor shall supply the contracting office with the location from which the material will be shipping. The cognizant DCMC office will be determined upon award, and the name, address, and phone numb er of that DCMC office will be provided. The contractor will contact the DCMC Office to arrange transportation. All information regarding material, including HAZMAT data, must be provided to the DCMC. The DCMC Office will require approximately 7-10 days n otification prior to the material being picked up for shipment. The contractor will mark the outside of each package in accordance with the Ship To and Mark For instructions provided by the DCMC office. The contractor will provide the technical point of contact with shipping information (e.g date shipped, how shipped, GBL numbers, etc.) and a copy of the packing list. This is a Foreign Military Sales Requirement, FMS Case Israel IS-B-BIS. EVALUATION CRITERIA: Offers will be evaluated based on price and d elivery schedule. While price is more important than delivery, award will be made to the offeror that provides the best delivery schedule for the best price. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Th e provision at 52.212-2, Evaluation-- Commercial Items applies to this acquisition. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.222-21 Prohibition of Segregated Facilities (2) 52.222-26 Equal Opportunity; (3) 52.222-35, Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (4) 52.222-36, Affirmative Action For Workers with Dis abilities, (5) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (6) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). The clause at DFAR 252.212-7000 and 252.212-7001 apply to thi s acquisition. Additional clauses that apply to this acquisition: 52.247-29 FOB Origin, 252.223-7002 Safety Precautions for Ammunition and Explosives, and 252.204-7004 Required Central Contractor Registration. The full text of the FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 19 Apr 02 no later than 4:00 PM EST at the Robert Morris Acquisition Center, AMSSB-ACC-AT (Katherine Monks), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) da tabase prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.CCR2000.com. For questions concerning this solicitation contact Katherine Monks, Contract Specialist, at (410) 278-0773, f ax (410) 612-5255, or email katherine.monks@sbccom.apgea.army.mil.
 
Record
SN00057282-W 20020413/020411213446 (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  © 1994-2020, Loren Data Corp.