Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

10 -- Combined Synopsis/Solicition for 6,552 each Harris Bipod ModelHBL-S 9-13 inch(swivel) and 6,552 each Harris Bipod Adapter #2 Stud Flange Nut. 100% Small Business Setaside. Quotations due 2 July 2008, 2pm Central Time.

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-T-0448
 
Response Due
8/1/2008
 
Archive Date
9/30/2008
 
Point of Contact
Robert Egan, (309) 782-1547
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. This solicitation is a 100% Small Business Setaside, issued using Simplified Acquisition Procedures pursuant to FAR Part 13.5, Test Program for Certain Commercial Items. The successful offeror must be registered in the Central Contractor Registration (CCR) database and the Online Representations and Certifications (ORCA) Application program. The solicitation number is W52H09-08-T-0448 and is issued as a Request for Quote (RFQ). The Government will award a single Firm Fixed Price (FFP) purchase order for these commercial items as a result of this synopsis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 dated June 12, 2008. Offeror submissions must clearly indicate hardware SOURCE. Offerors are encouraged to review FAR 19.001 for the definition of non-manufacturer rule and its further treatment at FAR 19.102(f). The applicable NAICS code is 332994 and the Small Business size standard is 1,000. Acceptance is Source. FOB point is Origin for all requirements herein. Inspection is via 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 Contracting 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 purchase order requirements and all statements on the SF 1449. The contractor shall have and maintain a quality system that ensures the functional and physical conformity of all products furnished under a resulting purchase order. The contractor will provide the company's standard commercial warranty coverage for all products furnished under a resulting purchase order. 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 significant change in production processes and/or types of materials. Requirement is for Foreign Military Sales (FMS). Description of requirement: a) 6,552 (Six thousand, five hundred fifty-two) HBL-S Harris Bipod 9 to 13 (Swivels) to support the M16A2 Rifle. b) 6,552 (Six thousand, five hundred fifty-two) HB2 Harris Bipod Adapter #2 Stud Flange Nut. Responsive offerors shall provide unit pricing that supports the following production rate: Rate of delivery for each of the distinct line items above is 500(Five hundred) pieces 30 days after receipt of order; an additional 750 (Seven hundred fifty) pieces 60 days after receipt of order and an additional 1,000 (one thousand) pieces at 90 days after receipt of order and monthly thereafter until such time that the requirement is fulfilled. Early deliveries are acceptable at no additional cost to the Government and only with the express permission of the Contracting Officer. FAR Provision 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. Offeror must include a completed copy of the provision at FAR 52.212-3 with its Alternate I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. Within this clause, the following additional FAR clauses as cited are applicable to this acquisition: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995). FAR Clause 52.219-6, Notice of Total Small Business Setaside (Jun 2003) FAR Clause 52.219-14, Limitations on Subcontracting (Dec 1996) FAR Clause 52.219-28, Post Award Small Business Program Representation (Jun 2007) FAR Clause 52.222-3, Convict Labor (Jun 2003). FAR Clause 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR Clause 52.222.26, Equal Opportunity (Mar 2007) FAR Clause 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) FAR Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR Clause 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) EVALUATION: The Government will issue a Purchase Order to the responsible offeror who offers the lowest total evaluated cumulative price for all line items in accordance with the terms and conditions as outlined herein. Total evaluated cumulative price is determined by summing the extended price (unit price x quantity) of both line items described herein. Offeror price quotations will remain valid for thirty (30) days. TACOM LCMC (Rock Island) uses the WAWF-RA Program. The successful offeror must have the ability to comply with DFARS Clause 252.246-7000, Material Inspection and Receiving Report and DFARS 252.232-7003, Electronic Submission of Payment Requests. Offeror must be capable of accepting electronic fund payment for this procurement. Offeror must submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The applicable Defense Priorities and Allocations System (DPAS) rating is DOA5. Quotations are due no later than 2:00pm Central Time, 2 July 2008. Quotations should be submitted ONLY by accessing https://aaisbids.ria.army.mil. Clearly identify the Solicitation Number and Government POC on your submittal. Government POC is Mr. Bob R. Egan, AMSTA-LC-WSC-D, 309-782-1547 or e-mail robert.r.egan@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=87999391adc0521b89483e9ce083f3fa&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN01599805-W 20080626/080624215935-87999391adc0521b89483e9ce083f3fa (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.