Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

10 -- Commercial 5.56mm Carbines, Qty Two thousand, three hundred four (2,304), 13,824 asssociated 30-round magazines and a concurrent spare parts package (CSP). Proposals due 5 March 2007.

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-07-R-0211
 
Response Due
4/5/2007
 
Archive Date
6/4/2007
 
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. All respondents must be ISO 9001-2000 compliant. Offerors must submit a statement with its proposal certifying that any and all items were or will be manufactured in a facility(ies) with an ISO 9001:2000 quality system. The solicitation number is W52H09-07-R-0211 and is issued as a Request for Proposal (RFP). The Government may award multiple awards in response to this solicitation. FOB is Origin for all requirements herein. This solicitation includes an evaluated option. Description of requirement: a) 2,304 5.56mm Carbines. Carbine shall incorporate same or equivalent operating characteristics and capabilities as standard M4/M4A1, to include removable carrying handle, telescoping butt stock (minimum of four adjustable positions), and three round burst and/or full automatic firing modes. Each carbine shall be supplied with one sling, one blank firing adapter, and a minimum of one 30 round magazine. Carbine shall be capable of accepting and firing all non-linked U.S standard 5.56 MM ball (M193/M855), tracer (M196/M865), armor piercing (M995), and blank (M200) ammunition. A rail mounted back up iron sight shall be offered as an option, one per weapon. An adapter rail system (ARS) equivalent or identical to the M4 ARS shall be offered as an option, one per weapon. b) 13,824 Carbine Magazines. Magazines shall be M16/AR15 family compatible and capable of being securely held in the carbine while in use. Minimum capacity shall be thirty rounds of 5.56 MM NATO standard or equivalent ammunition. Magazines shall feed without jamming and be capable of disassembly without tools to allow cleaning. Magazines may be supplied with MOLLE (Modular Lightweight Load-carrying Equipment) type pouches as an option. Multiple magazine holders may be supplied as as an option. c) Concurrent Spare Parts package to support each weapon for one year following delivery. Industry must provide a listing of the concurrent spare parts package to facilitate Government evaluation. NOTE: The Government reserves the right to increase the quantities of each item above up to and including 200% as an evaluated option at the prices provided by industry at any time within one year following award. The Contracting Officer may exercise the evaluated option by giving written notice to the Contractor at any time preceeding one year after contract award. The Government may exercise this option on one or more occasions, but not in excess of the 200% limitation noted. Option quantities are to be proposed on an FOB Origin basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. The applicable NAICS code is 332994 and the small business size standard is 1,000. Inspection and Acceptance is F.O.B. Origin. Deliveries are F.O.B. Origin. All clauses and provisions pertaining to this solicitation are referenced in Attachments 001 - 009 (Attachment 005 has been withdrawn). The attachments are available for downloading at https://aais.ria.army.mil/aais/SOLINFO/index.htm by clicking on the View Open Solicitations link. Attachment 001 is FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; Attachment 002 is FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; Attachment 003 is FAR 52.212-1, Instructions to Offerors _ Commercial; Attachment 004 - Offeror must submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or may complete the representations and certifications on the internet a t http://orca.bpn.gov. Attachment 005 - Withdrawn; Attachment 006 - Instructions, Conditions and Notices to Offerors; Attachment 007 - Evaluaton Factors for Award; Attachment 008 - Proposal Submission Worksheet for SB Participation; Attachment 009 - Small Business Adjectival Scale. EVALUATION: The Government may award one or more contracts (multiple awards) under this synopsis/solicitation based on a trade-off process. Because the trade-off process is being utilized, the Government may award to other than the lowest priced offeror or other than the highest technically rated offeror. Award(s) shall be made to the responsible Offeror(s) whose proposal(s) conform to the solicitation/synopsis and who will be the most advantageous to the Government based on price, delivery terms , ability to meet the technical requirements of each required item as outlined herein and Small Business participation. Offerors are to propose their most aggressive but attainable delivery schedule. Inspection and acceptance will be in accordance with commercial practices, i.e. Certificate of Conformance (COC). The Contractor's signed COC will be attached to the top copy of the Standard Form 1449 and distributed to the DFAS Payment Office or attached to the Administration Con tracting Officer's copy, when Contract Administration (i.e. block 16 of the SF 1449) is performed by the Defense Contract Management Command. In addition, a signed copy of the COC will be attached to copies of the SF 1449 to accompany each shipment. The COC will confirm that supplies conform to all contract requirements and all statements on the SF 1449. Additionally, it is mandatory that the prospective awardee(s) show that its product was manufactured in a facility compliant with ISO9001:2000 quality system which achieves defect prevention, process control, and provides quality controls throughout all areas of manufacture. The contractor shall have and maintain a quality system that ensures the functional and physi cal conformity of all products furnished under a resulting contract. The contractor will provide the company's standard commercial warranty coverage for all products furnished under a resulting contract. The Government reserves the right to require a subsequent or limited inspection report if changes are made to the contractor's technical data or the contractor makes a signficant change in production processes and/or types of materials. Offeror must be capable of accepting electronic fund p ayment for this procurement. The applicable Defense Priorities and Allocations System (DPAS) rating is DOA5. Proposals are due no later than 3:45pm Central Time, 5 March 2007. Proposals should be sent ONLY by email to https://aaisbids.ria.army.mil or to secure FAX 309-782-2047. If submitting by FAX, clearly identify the Solicitation Number and Government POC on a coversheet. Government POC is Mr. Bob R. Egan, AMSTA-LC-WSC-D, 309-782-1547 or e-mail robert.r.egan@us.army.mil.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01236953-W 20070224/070222220914 (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.