Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

69 -- M16A2 Training Weapons

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-7T-C-429
 
Response Due
8/13/2007
 
Archive Date
8/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a separate Request for Proposal (RFP) will not be issued. This solicitation, number 7T-C-429, is to be used for a Request for Quote (RFQ) only. This procurement is restricted to 100% small business concerns. The NAICS code is 332994 and the size standard is 1,000 employees. Simplified Acquisition Procedures in accordance with FAR Subpart 13 apply. The requirement is for quantity 150, unit each, of M16A2 Training Weapon. This is a brand name or equal requirement for Olympic Arms Cobalt Trainer. Extended Description: Weapon must be a 1:1 scale replica of the M16A2 to include forging. Must look, feel, and operate like the real weapon. M16A2 Training Weapon (Cobalt Trainer) specifications for the M16A2 Training Weapon are as follows: Overall length: 39.5 inches, weight: 8lbs; A2 forged receiver, with black hard anodizing, A2 buttstock and 20 inch heavy barrel. Buttstock, pistol grip, and handguard in cobalt blue furniture. Safety features include: Barrel drilled to .212 size hole and no chamber. Bolt carrier will not accept a standard bolt. Lower has no hammer. A larger hole has been drilled so the standard hole can not be drilled for a hammer. The trigger hole is moved out of place making it near impossible to ever make the lower function. The pockets in the lower are absent or small. The intent of this weapon is to be non-firing, no mechanical action, no batteries, and no air power. This non-firing replica must be completely field strippable by hand without any special tools and have a magazine capacity of 30 rounds. Replica rifles must include a sling, magazine, and plastic single weapon carrying case. The carrying case must be molded in a military style Olive Drab (OD) green, Olympic Arms Part/Model # A7 or equal. The design of this replica must be such that it can never be made an operational/functional offensive weapon. Deliver Date is 30 days after receipt of award. Ship To: 341TRS/DORR, c/o Lee Hincher 1320 Truemper, Ste 2, Lackland AFB TX 78236. FOB Destination is required. Quote should include descriptive literature and must be effective through 21 September 2007. FAR 52.212-2 Evaluation of Commercial Items applies-Quotes will be evaluated based on most advantageous to the Government, price, and other factors considered. The following factors are stated in relative importance and shall be used to evaluate quotes: 1.technical capability of the item offered to meet the Government requirement for Olympic Arms Cobalt Trainer or equal; 2.price; 3.delivery date (see FAR 15.304). Compatibility to current trainer weapons and training equipment/material, and avoidance of duplicative costs makes this a brand name or equal requirement. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-18. Applicable FAR clauses may be obtained by going to http://www.farsite.hill.af.mil. The following FAR clauses also apply to this synopsis/solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-3 Offeror Representations and Certifications Commercial Items, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), DFARS 252.212-7001 (Deviation), FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.225-1 Buy American Act-Balance of Payments Program, FAR 52.227-1 Authorization and Consent, FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, FAR 52.227-3 Patent Indemnity, FAR 52.232-33 Payment by Electronic Funds Transfer and DFARS 252.232-7003 Electronic Submission of Payment Request, FAR 52.247-34 F.o.b. Destination, DFARS 252.204-7004 (Alt A) Central Contractor Registration and Addendum to FAR 52.212-4 Changes to Terms and Conditions. Current Registration in the Central Contractor Registration (CCR) and Online Representation and Certifications Application (ORCA) are mandatory, and can be found by visiting http://www.ccr.gov for CCR and for ORCA at https://orca.bpn.gov. Responses to this combined synopsis/solicitation can be sent to 2Lt Nicole Pierce via fax at 210-671-1199 or email nicole.pierce@lackland.af.mil NO LATER THAN 13 Aug 07. For questions, contact 2Lt Nicole Pierce at 210-671-1751.
 
Place of Performance
Address: 341 TRS/DORR, c/o Lee Hincher, 1320 Truemper, Ste 2, Lackland, AFB 78236
Zip Code: 78236
Country: UNITED STATES
 
Record
SN01363211-W 20070808/070806220757 (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.