Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
MODIFICATION

36 -- LOMAH Infantry Targets, Accessories and Training

Notice Date
8/21/2007
 
Notice Type
Modification
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-T-0080
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-893-2715, Fax 757-492-7954,
 
E-Mail Address
christine.anderson@vb.socom.mil
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO REVISE THE SET-ASIDE TO READ "UNRESTRICTED". This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being accepted and a written solicitation will not be issued. The solicitation number is H92244-07-T-0080. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure infantry targets and accessories. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 effective 14 June 2007. This procurement is 100% small business set-aside and the associated NAICS code is 332995 with a standard business size of 500 employees. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Master Controller for Location of Miss and Hit Capability (LOMAH) Infantry Targets, Quantity 1 each CLIN 0002 Infantry Target with LOMAH Capability Quantity 3 each CLIN 0003 Battery Chargers for LOMAH Infantry Targets Quantity 3 each CLIN 0004 One Day Training Course for Set Up and Usage of LOMAH Infantry Targets Quantity 1 Day CLIN 0005 Travel in support of CLIN 0004 Delivery date is 30 days after date of contract Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461 FOB Point is Destination Inspection is at Destination Acceptance is at Destination The following provisions and clauses are incorporated into the RFP: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2006) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: i. Technical capability of the item offered to meet the Government requirement; ii. Past Performance Vendors shall submit past performance information to include contract number, Government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on Federal Business Opportunity (FBO). iii. Price (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.233-2 Service of Protest (Aug 1996) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)(Mar 2006) DFARS 252.225.7001 Buy American Act and Balance of Payments Program (Jun 2005) The Defense Priorities and Allocations System (DPAS) and assigned rating for this procurement is DO-C9. All responsible sources may submit a proposal which shall be considered by the agency. Offers are due no later than 4:00 p.m. Eastern Standard Time (EST) on 13 July 2007. Offers shall be either emailed to christine.anderson@vb.socom.mil, facsimile to (757) 492-7954 or United States postal mail to NSWDG, Attn: Christine Anderson (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01380256-W 20070823/070822071739 (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.