Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
MODIFICATION

13 -- Small Caliber Ammunition

Notice Date
2/4/2005
 
Notice Type
Modification
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0010
 
Response Due
2/18/2005
 
Archive Date
3/5/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Combined synopsis/solicitation H99239-05-T-0010 is amended as follows: The contractor shall deliver the following additional Contract Line Item Numbers (CLINs): CLIN 0008 ? 56MM BALL (DODIC: A059) 126,000 ROUNDS; CLIN 0009 - 12 GAUGE #00 SHOT (DODIC: A011) 1,920 ROUNDS; and CLIN 0010 - 7.62MM BALL (DODIC: A143) 24,000 ROUNDS. All other items remain unchanged. This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. Solicitation H99239-05-T-0010 will be issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2001-26. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. The requirement is a 100% Small Business Set-Aside. The NAICS Code is 423990 and the size standard is 500 employees or less. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple awards is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following supplies: Ammunition specified by the applicable Department of Defense Identification Code (DODIC), the DODIC specifies the applicable nomenclatures and specifications for the supplies to be provided. DODIC can be found in TM 43-0001-27, Army Ammunition Data Sheets, Small Caliber Ammunition and may viewed online at: http://www.ar15.com/content/manuals/TM43-0001-27.pdf. The contractor shall deliver the following Contract Line Item Numbers (CLINs): CLIN 0001 - 12 GAUGE SHOTGUN (DODIC: A011) 2,240 ROUNDS; CLIN 0002 - 12 GAUGE #9 SHOT (DODIC: A017) 2,500 ROUNDS; CLIN 0003 - CTG 5.56MM TR (DODIC: A063) 6,560 ROUNDS; CLIN 0004 - GTG 7.62MM BLANK (DODIC: A111) 8,000 ROUNDS; CLIN 0005 - CTG 7.62MM 4/1 (DODIC A131) 40,800 ROUNDS; CLIN 0006 - CTG 7.62MM LR (DODIC: AA11) 9,200 ROUNDS and CLIN 0007 - CTG 7.62MM LR (DODIC: AA11) 11,960 ROUNDS. Non-conforming supplies will be returned to the contractor at the expense of the contractor. Point of delivery and acceptance is the Fort Bragg Ammunition Supply Point, Fort Bragg, North Carolina. FOB point is DESTINATION. Ammunition must be delivered no later than 4:00 p.m. (EST), 28 February 2005. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by reference (exception(s) are provided, where appropriate) and are applicable to this procurement action: FAR 52.204-7, Central Contractor Registration. FAR 52.211-16, Variation in Quantity, is applicable to this requirement with the following clause addenda to paragraph (b), 10% increase, 0% decrease is allowed only in so far as it is required to deliver not less than the entire quantity requested for each CLIN and in order to conform with standard commercial packaging with regard to Unit of Issues. FAR 52.211-17, Delivery of Excess Quantities. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer (e.g., quotes) 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: (1) Technical Acceptability, (2) Delivery and (3) Price. Quotes will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics, to include functional and physical characteristics, of the associated DODIC identifier for each CLIN, and successful past performance providing the size and scope of supplies required in this solicitation. Offerors shall provide not less than two references with their quote to demonstrate the aforementioned past performance. Quotes will be evaluated for delivery. Delivery is defined as offeror capacity and affirmation to conform with the required delivery schedule of this solicitation. Alternate delivery schedules are not being solicited. Quotes will be evaluated for price. Prices shall be quoted in accordance with the CLINs noted above. These CLINs shall be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery. The factors of technical acceptability and delivery combined are significantly more important price. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt. 1, Buy American Act-Supplies. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.223-7002, Safety Precautions for Ammunitions and Explosives. DFARS 252.204-7004, Required Central Contractor Registration, Alt. A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252,232-7003, Electronic Submission of Payment Requests. Quotes referencing RFQ number H92239-05-T-0010 may be submitted in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310 or electronically via fax to (910) 432-9345 or email (preferred) to the Government point-of-contact noted below. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. QUOTES SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) a priced schedule of supplies to be provided; (3) Representations and Certifications compliant with FAR Clause 52.212-3; (4) acknowledgement of amendments, if issued; and (5) Past Performance references. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review this website for any changes or amendments to the RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Quotes must be received by 11:00 a.m.(EST), 19 February 2005. Questions with regard to this RFQ will be accepted from interested offerors (email submission preferred) up to 10:00 a.m. (EST) 08 Feb 05. Any questions submitted thereafter will be entertained, however the due date for quotes will not change. Questions should be directed to the John E. Flanders at (910)432-8313, or emailed (preferred) to flanderj@soc.mil. Numbered Note 1 applies to this solicitation.
 
Record
SN00746232-W 20050206/050204212423 (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.