Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

10 -- Carbine Rifles and Accessories

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-LMAQM-02-Q-0091
 
Response Due
8/9/2002
 
Point of Contact
Raymond Bouford, Contracting Officer, Phone 7038756844, Fax 7038756085,
 
E-Mail Address
boufordrw@state.gov
 
Description
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. The solicitation number is S-LMAQM-02-Q-0091 and is issued as a request for quotation (RFQ). Set Aside - The cascading preference source selection method will be used, see instructions below. The NAICS code is 332995. The small business size for this NAICS is 500 employees. FOB Destination shall be Baton Rouge, LA. We anticipate award for this purchase order to be on or before August 15, 2002. The government plans to award a commercial item purchase order to the responsible offeror who can provide the items requested by the required delivery date. The required Delivery Date is September 30, 2002. The U.S. Department of State, Bureau of Diplomatic Security requires the following two weapon models and four weapon accessories. Quoted products must have the features listed below. The Contracting Officer must approve additional features and variations prior to quote. Description for first item - Carbine Rifle, Semi-automatic, 16 inch heavy barrel, 5.56 x 45MM, A2 buttstock assembly, A-3 flat top upper receiver, A-2 flash hider, 1x9 barrel twist, chrome alloy barrel, four rail gas block, four rail free float handguard with vertical grip, detachable front sight, detachable rear sight. Quantity 96 each. Description for second item - Carbine Rifle, Semi-automatic, 20 inch heavy barrel, 5.56 x 45MM, A2 buttstock assembly, A-3 upper receiver, free floating handguard, 1x8 barrel twist chrome alloy barrel, JP enterprise trigger, Harris Bi-Pod Series Model L. Quantity 20 each. Description for third item - A-15 Lower assembly, A-2 buttstock, A-15 Trigger group, Semi-automatic. Quantity 96 each. Description for fourth item - 30 round magazine, .223 Caliber, 5.56 x 45MM with green follower. Quantity 960 each. Description for fifth item - Blank adapter Quantity 110 each. Description for sixth item - Sling adapter. Quantity 96 each. The selected contractor must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The selected offeror MUST submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. As proscribed by FAR 52.252-2, the full text of DOSAR clauses may be accessed electronically at http://www.statebuy.inter.net/acpolicy. The full text of a FAR clause may be accessed electronically at http://www.arnet.gov/far. In addition, the selected offeror must certify that they: (a) do not comply with the Arab league boycott of the State of Israel by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries which Section 8(a) of the Export Administration Act of 1979 as amended (50 USC Ap 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70). SET-ASIDE AWARD PROCEDURE. The cascading preference source selection method will be used in the evaluation of firms for award under this solicitation. The cascading source selection method permits small and large businesses to submit offers. Offers from small businesses will be considered first. In accordance with FAR Subpart 19.5, any award resulting from the solicitation will be made to an eligible small business concern provided that (1) at least two competitive offers are received from responsible small business concerns, and (2) award will be made at a fair market price. If conditions for award to a small business concern are not met, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Offers are due by 2:00PM, Eastern Standard Time, on August 9, 2002. Offers will be accepted via email to: BoufordRW@state.gov or faxed to; Raymond Bouford at (703) 875-6085. All questions pertaining to this solicitation must be in writing submitted by email to BoufordRW@state.gov
 
Place of Performance
Address: Baton Rouge, LA
Zip Code: 70806
 
Record
SN00130282-W 20020803/020801213347 (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.