Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

13 -- .223 CAL/5.56 MM Sierra MatchKing Ammunition

Notice Date
12/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W81RUC8343K030
 
Response Due
12/30/2008 1:00:00 PM
 
Archive Date
1/14/2009
 
Point of Contact
J Modlin,, Phone: 910-432-3781, Gloria J Harris,, Phone: 910-432-6978
 
E-Mail Address
modlinja@soc.mil, harrisgl@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION AMENDMENT 004 - This amendment is to answer vendors questions. The solicitation closing 30 Decemeber 2008, 01:00 PM (EST), remains unchanged. Question 1: Does the end user prefer commercial.223 spec ammunition in commercial brass or 5.56MM spec ammunition in mil-spec brass? Answer: Commercial.223 spec ammunition in commercial brass is required. Question 2: I'm sure the max chamber pressure of 1245 ft lbs is in error. Normal chamber pressures are much higher and are usually expressed in Pounds per Square Inch. "Shellacking is of high importance" Does this mean that the cartridges must be waterproof or water resistant? If waterproof, to what depth? Answer: Correct, "max chamber pressure of 1245 ft lbs" IS an error............ it should have read: ENERGY IS 1245 FT LBS. Cartridges should be WATER RESISTANT only, water proofing is not required. Ammunition will be used and stored in a jungle type environment Question 3: Is commercial packaging, i.e.. 50 rounds in an inner package, 20 inner packs to an outer case of 1,000 rounds acceptable or is mil-spec packaging required? Answer: Mil-spec packaging is highly preferred..... if unable to provide Mil-spec packaging, commercial-spec packaging is acceptable. Question 4: In reference to the above solicitation for.223 Cal/5.56 MM Sierra MatchKing Ammuntion I have contacted the factory and this is what I know so far..They do not make a 69 grain SMK FMJ bullet. They do not make a 69 grain SMK FMJ round. The 69 grain HP SMK will not be available until at least May 2009 if order placed today.. The specs you quoted in your solicitation do not match any round manufactured by Federal. My question is do you want a 69 grain Hollow Point (HP) or a Full Metal Jacket (FMJ) of different weight? Answer: Our market research supports that the requested ammo is available in the commercial marketplace. The requirement is for FULL METAL JACKET, 69 GRAIN ammunition. If you are able to provided this ammunition, please submit your quotes by the revised closing date. AMENDMENT 003 - This amendment is to extend the solicitation closing to 30 Decemeber 2008, 01:00 PM (EST), from 23 Decemeber 2008, 01:00 PM (EST), time required to answer and post vendors questions. AMENDMENT 002 - This amendment is to extend the solicitation closing to 23 Decemeber 2008, 01:00 PM (EST), from 22 Decemeber 2008, 01:00 PM (EST), time required to answer vendors questions. AMENDMENT 001 - THE FOLLOWING CLARIFICATIONS ARE PROVIDED IN RESPONSE TO VENDOR QUESTIONS, READ BELOW: QUESTION: Our company is interested in subject solicitation and want to know if Federal Excise Tax should be added to our price quote and if it is applicable to this solicitation. ANSWER: Although 26 U.S.C. Section 4181 imposes an excise tax on the manufacturer, producer, or importer on the sale of "...shells and cartridges," 26 U.S.C. 4182 provides that "No... shells and cartridges purchased with funds appropriated for the military department shall be subject to any tax imposed on the sale or transfer of such articles." Thus, it is our opinion that no excise tax is due. Please note that this is the opinion of our in-house legal counsel and is not binding on the Internal Revenue Service. In taking any position with respect to taxes, recommend that you consult your own tax counsel. THE DATE FOR RECEIPT OF QUOTES IS NOT EXTENDED. DUE DATE AND TIME REMAINS 22 DEC 2008, NO LATER THAN 1:00PM(EST)..223 CAL/5.56 MM Sierra MatchKing Ammunition Description(s): SOLICITATION - This is a BRAND NAME ONLY 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 the only solicitation; Quotes are being requested and a written solicitation will not be issued. All quotes must reference Request For Quotation number PR#W81RUC8343K030. Vendors shall ensure that the required information is provided with each quote. Delivery Requested is to be Expedited to meet 05 January 2009 delivery date. Because delivery is an evaluation factor, earlier delivery may be factored in to the award decision. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 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: REQUIREMENT/SPECIFICATION: CLIN 0001, Quantity: 161,280 rounds; Description:.223 CAL/5.56 MM Ammunition, 69-Grain. SHALL be brand name, Sierra Match King; velocity 2850 FPS, Cartridge 5.56mm x 45, Sierra Match King 69 Grain is required due to the weight, type, dimension, charge and accuracy of this ammunition. Muzzle velocity shall not exceed 2850 fps, chamber pressure should not exceed 1245 Ft. Lbs. Ammunition is used in a Sniper System Weapon and accuracy is of utmost importance, therefore, charge weights should be consistent for accuracy. A non urban environment is where this ammunition will be stored and utilized, shellacking is of high importance. Full Metal Jacketed (Hard Tip) and Boat Tailed ammunition is required. Ammunition shall be American-made. NEW ONLY. NO REFURBISHED. NO RE-MANUFACTURED. 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. **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; FAR 52.252-6, Authorized Deviations in Clauses. ;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. 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) Delivery, (3) Price, (4) Past performance. The factor of technical acceptability is significantly more important than delivery and price combined. The factor of delivery is slightly more important than price. Offers will be evaluated for price inclusive of transportation charges from shipping point to the delivery destination. 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-responsive 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 Mr. Jm Modlin at modlinja@soc.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 (Jm Modlin), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 1:00 p.m. ET, 22 December 2008. Electronic submissions will be accepted at modlinja@soc.mil; however, due to the unreliability of e-mail, it is the offeror's responsibility to ensure receipt of electronic quotes prior to closing. Point of Contact(s): Jm Modlin, Contract Specialist, Phone 910-432-3781, Fax 910-432-9345, Email modlinja@soc.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da089f9bc34e8ddd01663abea2539f2e&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Special Operations Command, USASOC, ATTN: E-2929, FORT BRAGG, NC 28310, Fayetteville, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN01723527-W 20081225/081223215610-da089f9bc34e8ddd01663abea2539f2e (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.