Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
SOLICITATION NOTICE

13 -- 12-Guage Breaching Ammunition, M1030

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
MARCORSYSCOMM, Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406Q1086
 
Response Due
9/15/2006
 
Archive Date
10/15/2006
 
Description
The Marine Corps System Command has an urgent requirement for 25,000, 12-Gauge Breaching Cartridges, M1030 DODIC AA54, NSN 1305-01-475-7440. This procurement is Unrestricted. The NAICS code for this procurement is 332992, Small Arms Ammunition Manufacturing. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The subject Request for Quotation (RFQ), M67854-05-Q-1086 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. Scope: The 12-gauge breaching cartridge is a lead-free projectile cartridge with a frangible 40 grams steel powder/wax payload. The frangible slug disintegrates into a powder upon impact producing no shrapnel. The 12-gauge cartridge is 2.45 inches long, 0.88 inches in diameter and contains 17.4 grains of Navy qualified Herco double-based smokeless powder. The cartridge is percussion primed and the primer used is a Fiocchi 209 primer. Quantities and delivery are as follows: Prospective offerors must be able to deliver 25,000 cartridges within 90 days after contract award to Quantico, Virginia. These units will be shipped F.O.B. destination. Prospective offerors must be capable of meeting MIL-STD-2073/1D(1), DoD Standard Practice for Military Packaging and MIL-STD-129P Marking for Shipment and Storage-Ammunition and Explosives. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2004) applies to this acquisition. An original quotation and one (1) copy is required. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed . All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the quotation shall not exceed 35 total pages, inclusive of product literature. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 2:00PM, local time, 15 September 2006: Commanding General, Attn: PMM 2041: Carl V. Bradshaw, 2200 Lester St, VA, 22314-5010. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. In addition, offerors must identify ?Quotation in Response to M67854-06-Q-1086? on the exterior of their submission package. Evaluation Factors: 1) Delivery - Describe your ability to currently meet the 90 day delivery schedule required in this notice. 2) Past Performance - Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. 3) Price ? Provide per cartridge pricing for the production and delivery of 25,000 cartridges. Relative Order of Importance: (i) Delivery - Most important. (ii) Past Performance - Important.(iii) Price ? Less Important. Award shall be made to the offeror whose proposal presents the best value to the government. In making its "Best Value" determination, the Government will consider overall delivery capability and past performance merit to be of significantly greater importance than evaluated price. However, the importance of price as a! factor in the final determination will increase with the degree of eq uality in the overall merits of the proposals. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. FAR Clauses: 52.204-8 Annual Representations and Certification (Jan 2006). 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5,Contract Terms and Conditions Required To Implement Statutes or Executive Orders within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.O.B. Destination.. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Point of Contact Carl V. Bradshaw, Contracting Officer, Phone (703) 432-4825, Fax (703) 432-3160, Email carl.bradshaw@usmc.mil.
 
Record
SN01131890-W 20060902/060831222116 (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.