Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

10 -- Modular Weapons Rack Purchase

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-05-T-0062
 
Response Due
9/7/2005
 
Archive Date
11/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Approximately 839 each weapons racks will be assembled with the following component requirements for: 12 GAUGE SHOTGUN/M16/M4 RACKS 333 Each, M249 WITH BINS 52 Each, M9 PISTOL HOOKS 300 Each, 34 in. HIGH OVERHEAD 279 Each, M2 50 CAL Mounts 54 Each, MK19 Mo unts 25 Each, M240B Mounts 41 Each, 60MM Mounts 7 Each, XM1 SNIPER RIFLE 7.62 Mounts 3 Each, CLU JAVELIN Mounts 39 Each, 81MM Mounts 2 Each, 120MM Mounts 4 Each. First shipment must be received NLT 10 October 2005 with final shipment received NLT 30 Novemb er 2005. It is estimated that four semi-trucks of materials will be received per week, each loaded with approximately 35 cabinets and components. Total installation project is estimated to take nine to 12 weeks Contract will be FFP, FOB Destination. Th e product will deploy to a combat zone. Must meet the 1 meter/500 lb drop test without failure that permits access to weapons or parts locked within. Manufactured weapons racks must come with the support cuffs that allow the weapons to be shipped with opt ics and pre-staged for combat readiness. The vender must configure weapons and equipment storage requirements to fit our arms rooms, both in the fixed facilities and the modular arms room vaults. Install the racks in the arms room as required while meeti ng all Installation DPW requirements. Weapons Racks, must be approximately 42 in. W. x 45 in. H. x 16 in. D., with handles. Weapons must be supported by universal base and stock support cuffs and locking barrel supports to hold weapon in place when mobi lized. Retractable doors must meet security, locking bars must provide weapon security according to specific military requirements for the physical security of conventional arms, ammunitions and explosives (OPNAVINST 5530.13B). Exterior diamond-shaped mes h which permits visible counts or weapon inventory even with the doors closed and locked. Weapons Racks must be modular, with a stackable design to maximize storage space. Cabinets must be able to be ganged together for flexibility and Ala-Carte config urability to accommodate the storage of a wide variety of weapon types (long and hand guns), gear, optics, and spare barrels. Weapon racks listed under NSN: 1090-01-523-5640 PN UWRC4245 Standard Rack, 1005-01-523-5978 PN UWRC4261 Tall Rack, NSN's for adap ting the inside of each rack to fit current arms load must be provided. Weapons racks listing the above NSN's meet our minimum requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05, August 26, 2005. This requirement is set-aside 100% for small business. The applicable NAICS code is 337215 with a size standard of 500 employees. There is one contract line item (0001) for a quantity of 839. Your price shall be FOB destination. Inspection and acceptance shall be at destination. We prefer to make payment by VISA credit card. You must be registered in the Central Contractor Registration (ht tp://www.ccr.gov/). Award shall be made to the best value offeror based on technical, warranty, past performance and price proposal. You shall submit commercially available literature on your unit that demonstrates that all of the above capabilities are met. From the Federal Acquisition Regulation (FAR), the following provi sions and clauses are applicable to this solicitation: FAR 52.211-11, FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5 (52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.232-36 )and DFARS 252.212-7001 (252.225-7001, 252.225-7007252 .225-7016). Full text of these clauses may be found at http://farsite.hill.af.mil/cffara .htm . From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/VFDFARA.HTM . A form for submitting your proposal may be found at http://www.riley.army.mil/Services/ Fort/Contracting.asp. Your proposal information and commercial literature shall be submitted electronically to donald.peters@riley.army.mil or by facsimile to (785) 239-8978 Attn: Don Peters no later than 4:00 PM CST on 6 Sep 2005.
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 802 Marshall Loop Fort Riley KS
Zip Code: 66442-0248
Country: US
 
Record
SN00886055-W 20050904/050902212227 (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.