Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

13 -- SIMUNITION KITS

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606
 
ZIP Code
87117-5606
 
Solicitation Number
F2K3AD6194A100
 
Response Due
7/30/2006
 
Archive Date
8/14/2006
 
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; no paper copies will be issued. No telephone requests will be honored. Perspective offerors must register on the FedBizOps site in order to receive notification to changes I the solicitation. This requirement is set-aside for small business only. The applicable North American Industry Classification (NAICS) Code is 332994, Size standard is 1000 employees. Solicitation/ Purchase Request number F2K3AD6194A100 is issued as a Request for Quote (RFQ). This is a brand name or Equal Purchase Request. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-08 effective 30 January 2006. The Government intends to award four (4) contract line item number (CLIN 0001) for an M/16 Bolt Conversion Kit. QUANITY: Thirty (30), UNIT OF MEASURE: Each. (CLIN 0002) FX8000 Mask, Black. QUANITY: Twenty-five (25), UNIT OF MEASURE: Each. (CLIN 0003) FX8000 Throat Collar, L/XL QUANITY: Twenty-five (25), UNIT OF MEASURE: Each. (CLIN 0004) FX.233 Marking Clips QUANITY: Fifty (50), UNIT OF MEASURE: Each. DESIRED DELIVERY DATE: 28 May 2006 FOB: Destination. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, FAR 52.212-1. THIS IS A CASCADING SET ASIDE. Proposals will be accepted by 8(a) Small Businesses, HUBZone Small Businesses, Service Disabled Veteran Owned Small Businesses, Small Businesses, and Other Than Small (Large) Businesses. Proposals will be evaluated using a tiered cascading approach: when proposals are received, they will be opened for identification purposes only. The Government will evaluate only those proposals in the first tier (8(a) Small Businesses) and exhaust all negotiation efforts before pursuing evaluation and negotiation at the next tier (HUBZone Small Businesses). This will continue through the third tier (Service Disabled Veteran Owned Small Businesses), and fourth tier (Small Businesses) before considering proposals from the fifth and final tier (Other than Small (Large) Businesses). The following provisions/clauses will apply to 8(a) Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its? Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to HUBZone Small Business Set Asides: 52.219-3 - Notice of Total HUBZone Set Aside 52.219-6 - Notice of Total Small Business Set Aside and its? Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to Service Disabled Veteran Owned Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its? Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting 52.219-27 - Notice of Total Service Disabled Veteran Owned Small Business Set Aside The following provisions/clauses will apply to Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its? Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to Other Than Small (Large) Business awards: 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns CLIN 0001: M/16 Bolt Conversion Kit Qty 30 each. DESIRED DELIVERY DATE: 30days after award DESTINATION: 4600 Randolph Blvd, Bldg 1010, Kirtland AFB, NM 87117. Inspection and acceptance: DESTINATION. CLIN 0002: FX8000 Mask, Black Qty 25 each. DESIRED DELIVERY DATE: 30days after award DESTINATION: 4600 Randolph Blvd, Bldg 1010, Kirtland AFB, NM 87117. Inspection and acceptance: DESTINATION. CLIN 0003: FX8000 Throat Collar, L/XL Qty 25 each. DESIRED DELIVERY DATE: 30days after award DESTINATION: 4600 Randolph Blvd, Bldg 1010, Kirtland AFB, NM 87117. Inspection and acceptance: DESTINATION. CLIN 0004: FX8000 Marking Clips Qty 50 each. DESIRED DELIVERY DATE: 30days after award DESTINATION: 4600 Randolph Blvd, Bldg 1010, Kirtland AFB, NM 87117. Inspection and acceptance: DESTINATION. FAR provisions/Clauses incorporated by reference: 52.211-6 Brand Name or Equal (AUG 99); 52.212-1 Instructions to Offerors?Commercial Items (JAN 2004); 52.212-3 Offeror Representations and Certifications?Commercial Items (MAR 2005) Offerors are required to submit a completed copy of FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with their quote; 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003); 252.212-7000 Offeror Reps and Certs?Commercial ( NOV 95) Provisions/Clauses incorporated by full text: 52.212-5 Contract terms and Conditions required to Implement Statutes or Executive Orders --Commercial items (JUN 2004) [in paragraphs (b) and (c) the following clauses apply: 52.219-6; 52.222-3; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 52.225-13, 52.232-33, Addendum to FAR 52.212-5: FAR 52.216-18 Ordering; FAR 52.216-19 Ordering Limitations; FAR 52.216-21 Requirements; FAR 52.216-22 Indefinite Quantity; FAR 52.219-1 Small Business Program Representations; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; Offeror Representations and Certifications--Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.225-7001, 252.232-7003, 252.247-7023; Addendum to DFAR 252.212-7001: DFAR 252.225-7002. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www.ccr.gov. Prospective offerors must register on the FedBizops site in order to receive notification to changes in the solicitation. Offers a long with completed Representations and Certifications (Reps and Certs), FAR 52-213-3, Small Business Representations, 52.219-1 may be faxed, in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to: 505-846-4262, Attention: PETER G. NICASIO attention at: 377th Contracting Squadron 2000 Wyoming Blvd. S.E. Bldg #20604, Room B18 Kirtland AFB, NM 87117-5606 All offers are due no later than (MST) 5:00 p.m., 30 July 2006 NOTE: Contractors are advised that funds are not currently available for purchase of the item(s) specified in this RFQ. Any resultant award will be contingent upon funds availability for this fiscal year (05). If funding becomes available, it may or may not be sufficient to purchase any or all of the items specified; therefore, line items and/or quantities are subject to cancellation or decrease.
 
Place of Performance
Address: 2000 WYOMING BLVD SE/KIRTLAND AFB/NEW MEXICO
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01096304-W 20060726/060724220629 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.