Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
MODIFICATION

10 -- Modification to Combined Synopsis/Solicitation for 10,000 Each 9 mm Pistols With 2 Each High Capacity Military/Law Enforcement (LE) Magazines Per Weapon for NATO Standard 9 mm (9 X 19 mm) Caliber

Notice Date
12/3/2004
 
Notice Type
Modification
 
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
W52H09-05-R-0067
 
Response Due
12/8/2004
 
Archive Date
2/6/2005
 
Small Business Set-Aside
N/A
 
Description
Please note that if there is a problem reading this combined synopsis/solicitation you can access the document at the following web site: https://aais.ria.army.mil/aais/Padds_web/index.html. 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 the only solicitation and a further written solicitation will not be issued. The solicitation number is W52H09-05-R-0067 and is issued as a Request for Proposal (RFP). Description of Requirement: 10,000 each 9 mm Pistols with 2 each High Capacity Military/Law Enforcement (LE) Magazines per Weapon for Standard NATO 9 m m (9 X 19 mm) Caliber. All proposed pistols must contain the following salient features: 9 X 19 mm (NATO) Caliber, 2 ea. 15 round Military/Law Enforcement (LE) High Capacity Magazines per Pistol, Length 7  8, Weight: 28  35 oz, Single/Double Action, F inish: Gray/Black/Blue Flat Non-Reflective, Manual Decock/Safety Capable. ISO9001-2000 is a requirement for all offerors. Offerors must submit with its proposal a statement certifying that any and all proffered guns were manufactured or will be manufactu red in a facility with an ISO9001-2000 quality system. Offerors may propose on all or part of this total requirement; however offerors proposing less than the total requirement of 10,000 each 9 mm Pistols must propose quantity ranges in increments of 100 each with a price corresponding to each range. NOTE: The minimum quantity an offeror may propose for delivery is 100 each. All deliveries must be made within 30 days of award of this contract. One or multiple awards may result from this solicitation. Requirements call for a Certificate of Conformance (COC), Acceptance at Origin and F.O.B. Destination. Concerning transportation, offerors should include in their proposal a price for shipment to two possible destinations. The first price would be for th e contractors pistols to be shipped F.O.B. Destination to: XR WOL7 Anniston Munitions Center, Trans Officer, Telephone (2560 235-6837, 7 Frankford Ave., BLDG 380, Anniston, AL 36201-4199. The second price would be for the contractors pistols to be ship ped directly to Baghdad International Airport, Baghdad, Iraq. Offerors/prospective awardee(s) are responsible for obtaining any necessary licenses or permits required by law or statute including the ITAR. The solicitation document, incorporated provision s and clauses are those in effect through Federal Acquisition Circular 2001-25. FAR 52.212-1 through 52.212-5 are incorporated by reference. All responsible sources may submit a proposal, which, if received in a timely manner and takes no exception to an y terms of the solicitation, shall be considered by the Government. The Government intends to award without discussion; offerors are advised to propose their best price and delivery terms. Because this synopsis/solicitation is being issued electronical ly, 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 periodically access the above internet address in order to obtain any amendments that may be issue d. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection. Solicitation provisions of FAR 52.212-2, Instructions to Offerors  Commercial applies to this acquisition and is hereby incorporated by reference. The following FAR clauses apply to this acquisition and are incorporated by reference: 52.211-4503, Packaging Requirements (Commercial) (Feb 2004); 52.246-2, Inspection of S upplies  Fixed Price (Aug 1996); 52.246-15, Certificate of Conformance (Apr 1984); DFARS 252.212-7000, Offeror Representations and Certifications  Commercial Items (Jan 2004)  Copies of Reps. and Certs, to be completed by offerors, can be obtained by calling the point of contact listed in this notice; 52.246-16, Responsibility for Supplies (Apr 1984); 52.247-29, F.O.B. Origin (Jun 1988); 52.247-61, F.O.B. Orig in Minimum Size of Shipment (Apr 1984); 52.247-4531 Cognizant Transportation Officer (May 1993); 52.246-4500, Material Inspection and Receiving Report (DD Form 250) ( Nov 2001); 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); DFARS 2 52.242-7003, Application for U.S. Government Shipping (DEC 1991); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items ( Oct 2004); Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child labor  Coo peration with Authorities and Remedies (Jun 2004) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Jun 2004); 52.222-26, Equal Opportunity (Apr 2002) ( E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the V ietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.232-33, - Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003) ((31 U.S.C. 3332); DFARS 252.225-7036, Buy American Act  Free Trade Agreements  balance o f payments Program (Jan 2004) (___ Alternate I) (Jan 2004) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note); 52.203-5 Covenant Against Contingent Fees (Apr 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders  Comme rcial Items (Oct 2004); 52.215-8 Order of Precedence  Uniform Contract Format (Oct 1997); 52.212-1, Instructions to Offerors  Commercial Items (Jan 2004) and 52.212-2, Evaluation Commercial Items (Jan 1999). In addition to the above listed FAR and DFAR Provisions, all offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. EVALUATION: The Government will award one or more contracts (multiple awards) under this synopsis/solicitation based on best value. Award(s) shall be made to the responsible offeror/offerors whose proposal/proposals conforms to this synopsis/solicitation and who will be most advantageous to the Government based on price and delivery. Delivery will be made within 30 days after award of the contract. Offerors may propose an earlier delivery time and may propose a quantity less than the total requirement, along with payment terms. Inspection and acceptance will be in accordance with commercial practices, i.e. Certificate of Conformance (COC). The contractor s signed COC will be attached to the top copy of the Standard Form 1449 and distributed to the DFA S Payment Office or attached to the Contract Administration Officers copy, when contract administration (i.e. block 16 of the SF 1449) is performed by the Defense Contract Management Command. In addition, a signed copy of the COC will also be attached to copies of the SF 1449 to accompany each shipment. In addition, a signed copy of the COC will also be attached to copies of the SF 1449 to accompany each shipment. The COC will confirm that supplies conform to all contract requirements and all statements on the SF 1449. Additionally, it is mandatory that the prospective awardee(s) show that its product was manufactured in a facility with ISO9001-2000 or a quality system, which achieves defect prevention, process control, and provide adequate quality cont rols throughout all areas of manufacture. The contractor shall have and maintain a quality system that ensures the functional and physical conformity of all products furnished under this contract. The contractor will provide the companys standard commer cial warranty coverage for all products furnished under this contract. The Government reserves the right to require a subsequent or limited inspection report if changes are made to the contractors technical data or the contractor makes a significant change in production processes and/or types of material. The Point of Contact (POC) for this procurement action is Mr. Nate Acree, Contract Specialist, Telephone # (309) 782-1176. Signed and dated offers are due by 3:30 PM Central Time, 8 December 2004. Offerors are to use the following address and telephone number for data faxed proposals: TACOM-RI, Attn: AMSTA-LC-CSC-C/Nate Acree, (309) 782-3813 (FAX #). Proposals may also be e-mailed to acreen@ria.army.mil.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00716649-W 20041205/041203212023 (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.