Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2006 FBO #1567
MODIFICATION

10 -- Joint Combat Pistol (JCP) System

Notice Date
3/10/2006
 
Notice Type
Modification
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-05-R-0017
 
Response Due
6/7/2006
 
Archive Date
6/22/2006
 
Point of Contact
Tina Lopez, Contract Specialist, Phone 813 828 7063, Fax 813 828 7504, - Susan Griffin, Contracting Officer, Phone 813-828-7411, Fax 813-828-7504,
 
E-Mail Address
lopezt@socom.mil, griffi1@socom.mil
 
Description
This is an amended synopsis for the government?s requirements for a combat pistol (CP). This program was previously known as the Joint Combat Pistol. The USSOCOM intends to issue a solicitation to obtain commercially available non-developmental item (NDI) CP system, Caliber .45 (ACP). The Program will use full and open competition to fulfill the CP requirement. The CP will be delivered in accordance with specification entitled "Performance Specification Combat Pistol (PS/4081/C05/1415)? to be provided with issuance of the solicitation. The Combat Pistol System consists of: a Caliber .45 pistol and its ancillary equipment including: Magazines (standard and high-capacity); Suppressor Attachment Kit for operation of the pistol with and without sound suppressor; Holster; Magazine Holder (standard and high-capacity); Cleaning Kit; and Operator's Manual. The contract type will be an Indefinite Delivery/Indefinite Quantity (IDIQ) issuing Firm-Fixed Price (FFP) delivery orders. The contract period of performance shall be five (5) years with an option to extend for an additional five (5) years. The Minimum Quantity is 24/ea Engineering Test Units (ETU's). The estimated maximum quantities are: 50,000/ea combat pistol systems (which includes a .45 caliber CP, 2 standard capacity magazines, operator?s manual and cleaning kit); 50,000/ea Holsters; 200,000/ea Standard Capacity Magazines; 360,000/ea High Capacity Magazines; 50,000/ea Magazine Holders; 15,000/ea Suppressor attachment kits; Provisioning Item Order; associated data; and 3/ea Instructor and Key Personnel (I&KP) Training courses. Transportation shall be F.O.B. Destination. The solicitation will require, free of charge to the government, delivery of 24/ea product samples with any required spare parts support along with a concise written proposal all due on the closing date stated in the solicitation. The 24/ea product samples from the successful offeror may be accepted as the Minimum Quantity. Any subsequent delivery orders for CPs will order between 50/ea and 25,000/ea with a maximum monthly delivery rate of 2,500/ea. Any subsequent orders for the ancillary items will require delivery to commence within 60 days after receipt of order. The product samples and written proposal will be evaluated on a best value basis and the Government will reserve the right to award to other than the lowest priced offeror and other than the highest technically rated offeror. Product samples from unsuccessful offerors will be returned to the offerors upon written request to the contracting officer and at the offeror's expense. The Government cannot guarantee the condition of the product samples after testing. All responsible sources may submit a proposal, which shall be considered by the agency. Notifications, Solicitation, and other communication will be posted via FEDBIZOPS. Questions may be emailed to Contract Specialist, Mr. Pfender at john.pfender@navy.mil.
 
Record
SN01004554-W 20060312/060310213021 (fbodaily.com)
 
Source
FedBizOpps 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.