Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

12 -- Wilson Combat AR Flip-Up Sight Model RS-WF

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-07-T-0017
 
Response Due
2/2/2007
 
Archive Date
4/3/2007
 
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; Quotes are being requested and a written solicitation will not be issued. We have a requirement for 800, AR Flip-Up Rear Sight, Model RS-WF to be delivered on 9 Feb 2007 to FORT RILEY, KANSAS 66442. There is one contract line. It is: (0001) Wilson Combat Rear F lip-Up Sight-Model RS-WF. This is a Flip-up sight for AR-15 style rifles. Key features: 2 bolt mounting system, bi-directional adjustment for windage and elevation, positive mount in the upright position, and a large aperture peep sight. The sight must mount on any standard Weaver or Picatinny rail. Your price shall be FOB destination. Contract will be FFP(Firm Fixed Price). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 -14 effective on November 22, 2006. This requirement is set-aside 100% for small business. The applicable NAICS code is 332994 with a size standard of 1,000 employees. Inspection and acceptance shall be at destination. We prefer to make payment by My I nvoice or other Electronic means. You must be registered in the CCR(Central Contractor Registration) (http://www.ccr.gov/) and registration in ORCA(Online Representations and Certifications Application https://orca.bpn.gov/) is recommended. Award shall b e made to the best value; technical, warranty, past performance and price quote. 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 provisions and clauses are applicable to this solicitation: FAR 52.211-6, 52.212-3 Atl 1, FAR 52.212-4, FAR 52.212-5 (52.219-8, 52.219-14, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33), and D FAR 252.212-7001, FAR 52.203-3, DFAR 252.225-7001, DFAR 252.232-7003, DFAR252.243-7002, DFAR 252.247-7023 ALT III, DFAR 252.204-7004, AFAR 5152.233-9000. Full text of these clauses may be found at http://farsite.hill.af.mil/cffara.htm or http://www.acqne t.gov/far/index.html. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/VFDFARA.HTM . The entire Combined Solicitation/Synopsis can be viewed at the Fort Riley Contracting website: http://www.riley.army.mil/Services/Fort/Contracting.asp. Note included is Note 1. Your Quote and commercial literature shall be submitted electronically to leonard.c.hume@us.army.mil no later than 02:00 PM CST on 2 Feb 2007.
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS
Zip Code: 66442-0248
Country: US
 
Record
SN01221300-W 20070131/070129220744 (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.