Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
SOLICITATION NOTICE

13 -- Federal Cartridge, or equal, boat tail hollow point, match grade

Notice Date
4/27/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-05NA26569
 
Response Due
5/25/2005
 
Archive Date
6/24/2005
 
Small Business Set-Aside
Total Small Business
 
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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference "Request for Quote No. DE-RQ52-05NA26569." This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This acquisition is a 100% small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran owned small business, service disabled veteran owned small business, 8(a) business, or HUBZone. The North American Industry Classification System (NAICS) Code is 332992 with a corresponding qualifying size standard of 1,000 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The DOE/AL intends to purchase following Line Items: Specifications: Federal Cartridge, Part # Fed GM308M2 or equal, .308 caliber, 175 grain, Boat Tail Hollow Point, Match Grade. Bullet Type ??? Sierra Matchking Boat Tail Hollow Point projectile or equal, pursuant to the following specifications: Projectile Length - 1.242 inches; Projectile Diameter - 0.3081 to 0.3086; Projectile weight - 175gr + 0.5grains; Ogive Diameter - 0.045 to 0.050 inches (Hollow point diameter); Boat Tail - 9 degree at 0.180 inches long; Projectile Metal Jacket - Gilding Metal; Projectile Core - 3% Antimony Lead. Muzzle Velocity ??? 2627 feet per second, 1705 feet per second at 300 yards. Specifications utilize 30 inch barrel length. Total quantity being requested is 250,000 rounds. No reloads or remanufactured items allowed. Brass cases, non-lacquer coated only. Munitions items must be U.S. manufactured, utilizing new U.S. manufactured subcomponents. Munitions items must be fully serviceable and of match grade. If lowest price offer is an ???or equal??? item, it will be evaluated prior to purchase, within 30 days after receipt for acceptance or rejection prior to payment. Samples may be requested. Delivery schedule: First delivery of 75,000 rounds to be received no later than 6/1/2005. Second delivery of 75,000 rounds to be received no later than 8/1/2005. Last delivery of 100,000 rounds to be received no later than 10/1/2005. Delivery Location: U.S. Department of Energy/NNSA Service Center, 1515 Eubank SE, Attn: 6000 Igloo Area, Kirtland Air Force Base East, Albuquerque, NM 87123. All items must be packed and shipped IAW 49 CFR part 100-185. Manufacturer Lot numbers must be on shipping papers. Ammunition not shipped in accordance with the above mentioned CFR specifications will not be accepted for payment. Contractors who fail to ship by CFR standards will be reported to the Department of Transportation. DOE-NNSA will not be responsible for the recovery or payment of improperly packaged shipments. The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial Items, applies to this acquisition. Only those Offerors who can furnish the items that meet all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price. All Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with the offer. 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. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.219-6, Notice of Total Small Business Aside; 52.222-03, Convict Labor; 52.222-19, Child Labor??? Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-01, Buy American Act--Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clauses apply to this acquisition: LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004): The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of clause) Option for Increased Quantity (Mar 1989): The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within ______TBD_______. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror???s responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/ or http://www.doeal.gov/cpd/readroom.htm. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 5:00 p.m. Mountain Daylight Time, Thursday, May 26, 2005. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist: Maggie Howe at the following E-mail address: mhowe@doeal.gov
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/C243913FAF164E6885256FF000824973?OpenDocument)
 
Record
SN00796513-W 20050429/050427211712 (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.