Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
MODIFICATION

10 -- M6A2 5.56 (.223) Caliber Weapon Systems

Notice Date
9/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/Acquisition Directorate - Kent St., 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
PFPA41101163
 
Point of Contact
James N Robinson, Phone: 7036964068
 
E-Mail Address
james.robinson.ctr@whs.mil
(james.robinson.ctr@whs.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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 the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation, PFPA41101163, a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. This acquisition will be a 100% total Service Disabled Veteran Owned Small Business; the North American Industry Classification System (NAICS) code is 332994. The business size standard is 1,000 employees. The Federal Supply Class (FSC) is 1005. The Washington Headquarters Service, Acquisition and Procurement Office (WHS/A&PO) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase the following: CLIN 0001: M6A2 5.56 (.223) Caliber Weapon System, M6A2R5C10M, Quantity 60 each Description: Gas Piston Operating System; 6.5 lbs without magazine; 26.75” Overall Length; 1/7” Rate of Twist; 10.5” Cold Rotary Hammer Forged Barrel; Single Fire and Full Auto Carbine with Free Floating Rail System; 20,000 Round Minimum Barrell Life, 4.5-6.0 LB Trigger Pull; 30 Round Magazine Capacity-Polymer; Troy Rear Battle Sight 1614001-18 #TRY-4001-R01-BLK; Troy Front Battle Sight 1614001-19 #TRY-4001-F01-BLK, VLTOR eModStock #AEB-MB, Nicorr or Nitride Finish Barrel, Nickel Teflon Coating/UTC Coating, Pictograms (safety, semi, fully auto) right & left sides, color: Dark Earth CLIN 0002: Foregrip Weapon Light (M910A-WH), Part# U07-0128C01, 60 each CLIN 0003: Optic Sights, EOTECH 552RE, U07-0017C01, 60 each CLIN 0004: Sling, Wide Padded, VTAC-MK2, U07-0073C01, 60 each CLIN 0005: QD Swivel, DD-0006 Sling Mount, U07-0124C01, 60 each CLIN 0006: Magizine, Poly Black, 30 round 5.56, L04-001C01, 180 each The Government anticipates awarding one firm fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1) Technical Acceptability Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any; and Make or model number. Failure to provide product information for equal submissions may result in your proposal not being considered for award. (2) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote. Additional Information: (1) Offeror’s shall include Tax Identification Number, CAGE code, DUNS number, and Delivery After Receipt of Order stated on their quote. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to james.robinson.ctr@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 9:00 AM Eastern Standard Time on September 14, 2010. (3) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. 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 shall be used to evaluate offers: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/PFPA41101163/listing.html)
 
Place of Performance
Address: 9000 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02273700-W 20100910/100909000504-c3da7128d97a359b2efd116774383acd (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.