Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
MODIFICATION

10 -- Sniper Equipment

Notice Date
1/10/2005
 
Notice Type
Modification
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
 
ZIP Code
80913-4323
 
Solicitation Number
W911RZSNIPEREQUIPMENT
 
Response Due
1/14/2005
 
Archive Date
3/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The proposed contract is set-aside 100% for small business concerns. The North American Industry Classification System (NAICS) code is 332995 size standard is 50 0employees. RFQs should be quoted in accordance with the following: CLIN 0001; Quantity 20, Unit of issue : Each, Item, Sniper scope, NVWS-6 Gen III, Day/Night, High performance, SPI-NVWS6. CLIN 0002; Quantity 20, Unit of issue: Each, Item: Spotting scope, Leupold VXSS, #53756. CLIN 0003; Quantity 20, Unit of issue: Each, Item: Tripod for Spotting scope, Leupold # 44567.CLIN 0004; Quantity 20, Unit of issue: Each, Item: Rifle stock system.CLIN 0005; Quantity 20, Unit of issue: Each, Item: Spotter Laser range finder w/compass. CLIN 0006; Quantity 20, Unit of issue; Each, Ite m: Harris Bipod, Mdl HBL-S w/ stud rail HB6A. CLIN 0007; Quantity 20, Unit of issue, Each, Item: Carrying Casr # 563-21OBOIDE. All responsible offers within the competitive range will be considered. Offer due date/time is: 14 Jan 2005 at 1400 MST. Award shall be made only to contractors who have registered with the Central Contractor Registration at: www.ccr.gov FAR 52.212-3, Offeror Representations and Certification-Commercial Item. Effective January 1, 2005 all offerors are required to submit representations and certifications electronically via the Business Partner Network (BPN), at http://www.bpn.gov. Award will not be made unless registered The following provisions in 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 ful l text. Full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, Evaluation-Commercial Items, (The following factor shall be used to evaluate offers: Price and Delivery time) FAR 52.212-4, Contract Terms and Conditions-Commercial Items. 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 a nd other factors considered. The following factor shall be used to evaluate offers: Offerors shall be able to obtain and deliver all the required items (all or none). FAR 52.212-5 , Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 232-33 Payment by Electronic Funds TransferCentral Contractor Registration FAR 52.232-36 Payments by Third Party FAR 52.252-2 Clauses Incorporated by Reference FAR 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) FAR 252.225-7001 Buy American Act and Balance of Payments Program Responses shall be submitted via e-mail to the following address: tyrone.wescott@carson.army.mil. Telephone requests or inquiries will not be accepted.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1850 Mekong Street, Building 6222 Fort Carson CO
Zip Code: 80913-4323
Country: US
 
Record
SN00732441-W 20050112/050110211927 (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.