Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
MODIFICATION

13 -- Ammunition

Notice Date
6/14/2007
 
Notice Type
Modification
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
PR110766
 
Response Due
7/2/2007
 
Archive Date
7/17/2007
 
Point of Contact
Charlene Lambert, Purchasing Agent, Phone 612-336-3223, Fax 612-370-2136, - Charlene Lambert, Purchasing Agent, Phone 612-336-3223, Fax 612-370-2136,
 
E-Mail Address
charlene.l.lambert@aphis.usda.gov, charlene.l.lambert@aphis.usda.gov
 
Description
AMEND TO CLARIFY DUE DATE OF QUOTES: QUOTES ARE DUE JULY 2, 2007 NOT LATER THAN 1:00 P.M. DAILY LIGHT SAVINGS TIME The United States Department of Agriculture (USDA), Wildlife Services, Reno, NV., has a requirement for the purchase and delivery of Ammunition in accordance with the description provided herein. This is to be open and full competion, no set aside. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION: QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation document and incorporated provisions and clauses are those in effect through current Federal Acquisition Circular. It is the Contractors responsibility to be familiar with all applicable clauses and provisions. Clauses and provisions are available in full text at: http://www.arnet.gov/far. The North American Industry Classification System (NAICS) code is 332992. The contractor shall provide the following: AMMUNITION, STATED SIZE OR EQUAL, NO RELOADS - 300 cases (flats), caliber: 12 gauge 3 inch; shot volume 1 1/4 oz; shot description: premium zinc plated steel; primer: sealed with lacquer; chamfered tube: yes; basewad: 7/16 inch paper; crimp: 6 segment standard; crimp seal: yes; head stamp: each loaded cartridge shall be head stamped with the manufacturers symbol and appropriated cartridge designation; pattern: (accuracy): 80% at 40 yards in 30 inch circle (full choke); instrumental velocity: 1450+/-50FPS at 3 feet from the muzzle of a standard SAAMI test barrel at ambient at time of loading; lot identification: each lot of ammunition will be assigned a unique identification number to include the day, month and year of manufacture. All deliverable s must be provided no later than 30 days of award. Shipping will be FOB Destination to various locations in Nevada, Idaho, Wyoming, and Oregon, detailed list will be provided to contractor upon award. The contractor shall be responsible for adhering to all Federal, State and Local regulations regarding shipping requirements. This is a Firm Fixed Price Purchase Order. This requirement has three (3) line items: (a) Base Requirement: Item No. 1. 300 cases of ammunition as stated above; (b) Option Requirement No. 2. Option with additional 300 cases; (c) Option Requirement No. 3. Option with additional 300 cases. A competitive award will be made to the responsible firm with the quote representing the overall best value. The following factors will be considered in the trade off process: Technical capability, past performance and price. Technical capability and past performance when combined are considerably more important than price. Payment will be based on acceptance inspections of the delivered product. Applicable FAR clauses are incorporated by reference: Instruction to Offerers Commercial Items 52.212-1 (10-00)1; Evaluation Commercial Items 52.212-2 (10/97); Offerer Representation Certifications 52.212-3 (10/98) Offerer must include a completed copy of this with quote; Contract Term and Conditions Commercial Items 52.212-4 (4/98); Contract Terms and Conditions Required to Implement Statues or Executive Orders ?Commercial Items 52.212-5 (10/98); Prohibition of Segregated Facilities 52.222-21 (2/99); Equal Opportunity 52.222-26 (4/02)(E.O. 11246); Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-35 (12/01) (38 U.S.C. 4212); Affirmative Action for Workers with Disabilities 52.222-36 (6/98)(29 U.S.C. 793); Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 (12/02)(38 U.S.C. 4212); Buy American Act-Free Trade Agreement-Israeli Trade Act 52.225-3 (1/04)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77,108-78); Restrictions on Certain Foreign Purchases 52.225-13 (12/03) (E.o.s, proclamations, statues administered by the Office of Foreign Assets Control and the Department of the Treasury); Prospective Contractors shall be Registered in the Central Contractor System prior to award 52.204-7 (12/03; Payments by Electronic Funds Transfer-Other Than Central Contractor registration 52.232-34 (5/99)(31 U.S.C. 3332). QUOTES ARE DUE: Quotes shall be faxed to: USDA APHIS MRPBS Attn: Charlene Lambert @612-370-2136 followed by a hard copy mailed to: USDA APHIS MRPBS, Attn: Charlene Lambert, 100 North 6th Street, Butler Square West, 5th Floor, Minneapolis, MN 55403 no later than 1:00 p.m. DST, . QUOTES SHALL INCLUDE: 1. Copy of completed FAR clause 52.212-3 ?OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS?; 2. A complete description of the proposed PRODUCT in accordance with clause 52.212-1(4) in order to facilitate the Governmentss trade-off evaluation; 3. Past performance data concerning similar types of projects completed within the last three years in accordance with FAR clauses 52.212-1(b)(10). All questions shall be submitted in writing to Charlene Lambert, Contracting Officer, at charlene.l.lambert@aphis.usda.gov
 
Place of Performance
Address: Various Locations
Zip Code: 89521
Country: UNITED STATES
 
Record
SN01318664-W 20070616/070614220411 (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.