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

10 -- Ammunition

Notice Date
4/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
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-0032
 
Response Due
5/4/2005
 
Archive Date
5/19/2005
 
Description
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, offers (e.g., quotes) are being requested and a written solicitation will not be issued. Solicitation H92239-05-T-0032 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-03. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://www.farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be completely familiar with all applicable clauses and provisions. This requirement is unrestricted. The NAICS Code is 332992 and the size standard is 1000 employees or less. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple awards or no award 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 standard descriptions of the supplies to be provided. DODICs 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. All supplies delivered shall be newly manufactured goods and must be accompanied with the appropriate Material Safety Data Sheet prepared in compliance with Federal OSHA Hazard Communication Standard 29 CFR 1910.1200, ANSI Z400.1-1993 and the ISO Safety Data Sheet Standard. The contractor shall deliver the following Contract Line Item Numbers (CLINs): CLIN 0001 ? CTG 12 GAUGE SHOTGUN 00 BUCKSHOT M19/M162 (DODIC: A011) 1,000 ROUNDS; CLIN 0002 ?9MM DYE MARKING (DODIC: X236) 6,000 ROUNDS; CLIN 0003 - 9MM DYE MARKING (DODIC: X237) 6,000 ROUNDS; CLIN 0004 - GTG 12 GAUGE SHOTGUN #9 SHOT (DODIC: A017) 1,000 ROUNDS; CLIN 0005 -.45 BALL (DODIC A475) 43,000 ROUNDS; CLIN 0006 - 9MM DYE MARKING (DODIC: X236) 22,000 ROUNDS, CLIN 0007 - 9MM DYE MARKING (DODIC: X237) 6,000 ROUNDS; and CLIN 0008 - GTG 12 GAUGE SHOTGUN #9 SHOT (DODIC: A017) 1,500 ROUNDS. Non-conforming supplies will be returned to the contractor at the expense of the contractor. Point of delivery and acceptance is the Fort Lewis Ammunition Supply Point, Building PM0001 Transmission Line Road, Fort Lewis, Washington 96433. FOB point is DESTINATION. The Required Delivery Date (RDD) for CLINs 0001, 0002, 0003 and 0004 is not later than 12:00 p.m. (PST), 25 May 05. The Required Delivery Date (RDD) for CLIN's 0005, 0006, 0007 and 0008 is 12:00 p.m. (PST), 06 June 2005. The FAR and DFARS provisions and clauses are hereby incorporated by reference (exception(s) or addendum 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 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: CLINs 0001, 0002, 0003 and 0004 is not later than 12:00 p.m. (PST), 25 May 05 and CLIN's 0005, 0006, 0007 and 0008 is 12:00 p.m. (PST), 06 June 2005.; and (b), based on the assumption that the successful offeror(s) receive notice of award by 05 May 05. 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 addendum to paragraph (a), The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) 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. Offers 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, associated with DODIC identifier for each CLIN and in strict compliance with all applicable FAR and DFAR Clauses, and successful past performance providing, in a timely manner, quality goods of the size and scope of the supplies required in this solicitation. Offerors shall provide not less than two (2) references (with contact data) which demonstrate the aforementioned past performance. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for delivery. Delivery is defined as the capacity, and written affirmation, of the offeror to conform with the RDD of this solicitation. Alternate delivery schedules are not being solicited. However, offers of an alternate delivery schedule which improves on the RDD, or is otherwise advantageous to the Government, will be considered. Offerors shall present a detailed schedule with necessary explanation(s) for any proposed alternate delivery schedule. Offers will be evaluated for price. Prices, (NET, discount(s) deducted, if any) shall be quoted in accordance with the CLINs to 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 than 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, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.225-1 Alt. 1, Buy American Act-Supplies. FAR 52.247-34, F.o.b. Destination. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-5, Authorized Deviations in Provisions. 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. Offers referencing RFQ number H92239-05-T-0032 may be submitted: in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310; 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. AT A MINIMUM ALL OFFERS SHALL INCLUDE: (1) 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 52.212-3; (4) acknowledgement and agreement with amendments, if issued; and (5) evidence of technical acceptability with 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. Offers must be received by 11:00 a.m.(EST), 04 May 2005. Questions with regard to this RFQ will be accepted from interested offerors (email submission preferred) up to 10:00 a.m. (EST) 29 April 05. Any questions submitted thereafter will be entertained, however the due date for submission of offers will not change. Questions should be directed to the Mr. John E. Flanders at (910)432-8313, or emailed (preferred) to flanderj@soc.mil. Numbered Note 1 applies to this solicitation.
 
Place of Performance
Address: Fort Lewis ASP, Building PM0001 Transmission Line Road, Fort Lewis, WA
Zip Code: 96433
 
Record
SN00796962-W 20050429/050427212413 (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.