Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SOLICITATION NOTICE

12 -- ID/IQ Contract 3000 Each ACOG Scope Purchase

Notice Date
9/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens 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-0068
 
Response Due
9/26/2005
 
Archive Date
11/25/2005
 
Small Business Set-Aside
N/A
 
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. Indefinite Delivery / Indefinite Quantity Contract for the purchase of 3,000 ACOG Weapon Scopes to be delivered between 29 September 2005 and 28 September 2006 to FORT RILEY, KANSAS 66442 Extended Description: TA01NSN ADVANCED COMBAT OPTICAL GUN SIGHTS (ACOGs) FOR M4 RIFLES. ACOG TA01NSN Model fits the AR15/M16, flat-top, rifles and includes the TA51 mount. Indefinite Delivery / Indefinite Quantity (IDIQ) Orders may be issued by facsimile, email or by electron commerce methods. Contract will be IDIQ, FOB Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 19 Jul 2004. This requirement is set-aside 100% for small business. The applicable NAICS code is 333314 with a size st andard of 500 employees. There is one contract line item (0001)for a quantity of 3000 ea. 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 (http://www.ccr.gov/). Award shall be made to the best value; technical, warranty, past performance and price proposal. You shall submit commercially available literature on your unit that demonstrates that all of the abo ve capabilities are met. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5 (52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33) FAR 52.216-18, FAR 52.216-22, FAR 52.216-27, FAR 52.217-6, FAR 52.217-7, FAR 52.232-18, FAR 52.232-19, 52.4039 and DFARS 252.212-7001 (252.225-7001, 252.225-7001) DFAR 252.232-7003, DFAR 252.204-7004, DFAR 52.000 -4000 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 fo rm 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 10:00 AM CST on 26 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
SN00901654-W 20050924/050922212237 (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.