Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

13 -- Foreign Ammunition

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
PR-3SFGA7H2137058
 
Response Due
7/5/2007
 
Archive Date
7/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION - 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 ONLY THE SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-07-T-0050. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16. The associated North American Industrial Classification System (NAICS) code for this procurement is 332992 and 332995 with a small business size standard of 500 employees. This requirement is 100% set aside for small business. The U.S. Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the following items: CLIN 0001 - 7.62MM X 39MM Ball Ammunition (Z203), 40,000 Rounds; CLIN 0002 - 7.62MM X 39MM Blank Ammunition (Z204), 20,000 Rounds; CLIN 0003 - 7.62MM X 54MM Ball Ammunition (Z205), 50,000 Rounds; CLIN 0004 - Rockets RPG-7 (Z219) equivalent (PG-7VL), 30 each. NEW ONLY. NO REFURBISHED. NO REMANUFACTURED. FOREIGN SOURCE OF PRODUCTION IS ACCEPTABLE AS LONG AS AMMUNITION IS SERVICEABLE. MUST HAVE PERFORMANCE-ORIENTED PACKAGING (POP) MARKINGS. BRASS IS THE PREFERRED CARTRIDGE BUT STEEL IS ACCEPTABLE. Destination shall be Fort Bragg, NC 28307. PARTIAL SHIPMENTS ARE NOT ACCEPTABLE. Packaging 20-30 rounds per cardboard box, with individual inner package and outer package; shipped on wooden pallets with approximately 25,000 rounds per pallet. POP MARKINGS SHALL BE APPLIED TO PACKAGING THAT HAS PASSED DROP, HYDROSTATIC PRESSURE, LEAKAGE, STACK AND VIBRATION TESTS AS PRESCRIBED BY THE U.S. DEPARTMENT OF TRANSPORTATION CODE OF FEDERAL REGULATIONS (CFR) 49. THE CUTOFF DATE AND TIME FOR RECEIPT OF QUOTES IS 05 July 2007, NLT 10:00 A.M. EST. DELIVERY IS REQUESTED NOT LATER THAN 10 August 2007 to Fort Bragg, NC. BECAUSE DELIVERY IS AN EVALUATION FACTOR, EARLIER DELIVERY MAY BE FACTORED IN TO THE AWARD DECISION. **To be considered for award, offerors shall provide manufacturer, part # and extended specifications of the exact model being proposed. MSDS/dot-ex number shall be included. Failure to provide this information may result in a 'non responsive' quote and removal from award consideration. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable to the acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference; 52.212-1 Instructions to Offerors - Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.252-2 Clauses Incorporated By Reference; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (D) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-6 Notice Of Total Small Business Set-Aside. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration; 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.204-7000. The following clauses under paragraph (b) of 252.212-7001 are amended to read: 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program, 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program. 252.232-7003 Electronic Submission of Payment Requests. The full text of a clauses may be accessed electronically at farsite.hill.af.mil EVALUATION AND AWARD. FAR 52.212-2 Evaluation - Commercial Items; Award will be made to the responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) Technical acceptability, (2) Price, (3) Delivery, (4) Past performance. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include all line items and freight quote, if applicable. Offerors who do not submit clear specifications will be considered non-reponsive and may be eliminated from competition, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as this combined synopsis/solicitation. To be eligible for award, Company must be registered on Central Contractor Registration (CCR). If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov SUBMISSION OF QUESTIONS: Technical questions concerning this solicitation shall be submitted in writing to Major Conway Phelps at conway-phelps@us.army.mil. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. QUOTES: Quotes shall be received at HQ USASOC ATTN: AOCO (MAJ Phelps), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 10:00 A.M. EST, 05 July 2007. Electronic submissions will be accepted at conway-phelps@us.army.mil, however, due to the unreliability of e-mail, it is the offeror's responsibility to ensure receipt of electronic quotes prior to closing.
 
Place of Performance
Address: USASOC, Attn: AOCO, Fort Bragg, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01329572-W 20070629/070628032042 (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.