SOLICITATION NOTICE
10 -- Small Arms Parts
- Notice Date
- 7/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
- ZIP Code
- 23665-2791
- Solicitation Number
- F44650-03-R-0013
- Response Due
- 7/31/2003
- Archive Date
- 8/15/2003
- Point of Contact
- Claudia Perry, Contract Manager, Phone 757-764-4501, Fax 757-764-0905, - Lois Nicholson, Contracts Manager, Phone (757) 764-2074, Fax (757) 764-9773,
- E-Mail Address
-
claudia.perry@langley.af.mil, lois.nicholson@langley.af.mil
- Description
- DESCRIPTION THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS ? 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. The Solicitation Number is F44650-03-R-0013 and this solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Circular (FAC 2001-14) are incorporated. This requirement is Full and Open Competition. However any GSA holders of GSA schedules who can fulfill this requirement should submit proposals. The associated North American Industrial Classification System (NAICS) code for procurement is 332994 with a small business size standard of 500 employees however, the RFP is unrestricted. It is the intent of this solicitation to result in a firm fixed price contract, sole source award to Knight?s Armament Company. Sole Source award to Knight?s Armament Company is for compatability, interchangeability, and standardization of the Army, Marines, and Navy. It is important to standardize weaponry across DoD. If the USAF has different equipment, it could cause substantial operational problems with our sister services when we integrate forces in a joint operation. ***ACC Contracting Squadron, LAFB, VA, has a requirement for small arms accessories. All parts must meet the following specifications: LINE ITEM 0001: Quantity (5,014), M-4 RAS, NSN 1005-01-452-3527, is an adaptable forward hand guard with locking grooves and receives all accessory items. These accessories include laser range finders, improved sites, and quick release items. The RIS grooved rails are of the Picatinny type or Mil Spec 1913. LINE ITEM 0002: Quantity (600), M-203 Leaf Site, NSN 1005-01-4588, this is used to determine distances of impact and attaches to the RIS for each of use. LINE ITEM 0003: Quantity (600), M-203 Quick Release, NSN 1005-01-452-3528, is a mount to the RIS and attaches the existing M-203 grenade launcher to the M-4 Carbine.***The contractor shall state the warranty coverage provided for all line items.***Delivery shall be FOB Destination to19 sites on the attached page. The complete Ship To Address, point of contact and telephone number will be in the award document. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipments in good order and condition to the point of delivery specified in the Contract, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery points specified in the purchase order; and pay all charges to the specified point of delivery.***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 in accordance with FAR 52-212-2. The following factors shall be used to evaluate offers: Best Value to the Government, Delivery, Price, and Technical Capability. The government will evaluate information based on the following evaluation criteria: Price and Past Performance. Provision at 52-212-1 Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certification-Commercial Items with their proposal. The following clauses apply to this acquisition: 52-212-4 Contract Terms and Conditions-Commercial Items; Clause 52-212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.222-3 Convict Labor, 52-233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-34 F.O.B. Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program-Supplies, 52.222.-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports are hereby incorporated by reference, 252.243-7001, Pricing of Contract Modifications.***All offerors shall submit the following: 1) Original and one (1) copy of a proposal that addresses all Line Items; 2) Description of commercial warranty; and 3) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000, Offeror Representations and Certification Commercial Item, which may be downloaded at www.arnet.gov/far. The date and time for receipt of proposals is 31 Jul 03/2:00pm Eastern Standard Time. Submission must be electronically or via mail. All quotes that fail to furnish required representations and certifications at FAR 52.212-3, acknowledgement of all amendments, a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation, may be excluded from consideration. Offeror must hold prices firm in its offer for 60 calendar days from the date specified for receipt of quotes. ***All quotes should be sent to ACC CONS/LGCA, 130 Douglas Street, Suite 401. Langley AFB VA 23665-2791 or emailed to Claudia.perry@langley.af.mil or lois.Nicholson@langley.af.mil. Point of Contact ? Claudia Perry, Contract Manager, 757-764-4501, email claudia.perry@langley.af.mil Unit DODACC Address DSN/Commercial 1005-01-452-3527 1005-01-418-4588 1005-01-452-3528 Barksdale FB4608 2 SFS/SFTR Attn: SrA Robichaux 425 Lindburg Ave Rd East Barksdale AFB LA 71110 FOB: Origin 781-3118 / 318-456-3118 545 55 55 Beale FB4686 9 SFS/SFTR Attn: TSgt Simpson 17798 24th St Beale AFB CA 95903-1613 FOB: Origin 368-2149 / 530-634-2149 220 32 32 Cannon FB4855 27 SFS/SFTR Attn: TSgt Anthony 112 East Sextant Ave Cannon AFB NM 88103-5331 FOB: Origin 681-4819 / 505-784-4819 182 18 18 Davis Monthan FB4877 355 SFS/SFTR Attn: MSgt Belter 4540 South Pheonix Davis-Monthan AFB AZ 85707 FOB: Origin 228-1257 / 520-2281257 260 20 20 Dyess FB4661 7 SFS/SFTR Attn: MSgt Thompson 390 Fourth Ave, Ste 124 Dyess AFB TX 79607-1490 FOB: Origin 461-3641 / 915-696-3641 200 13 13 Ellsworth FB4690 28 SFS/SFTR Attn: MSgt Harris 2740 Eaker Drive Ellsworth AFB SD 57706 FOB: origin 675-6364 / 605-385-6364 202 15 15 Holloman FB4801 49 SFS/SFTR Attn: MSgt Knox 880 Ocotillo Drive Bldg 137 Holloman AFB NM 88330 FOB: origin 572-3165 / 505-572-3165 224 37 37 Langley FB4800 1 SFS/SFTR Attn: SSgt Ryan 65 Sweeney Blvd Langley AFB VA 23665 FOB: Origin 574-2110 / 757-764-2110 285 30 30 Minot FB4528 5 SFS/SFTR Attn: TSgt Berglund 330 Tanker Trail, Suite 130a, Bldg 505 Minot AFB ND 57805-5012 FOB: Origin 453-4791 / 701-723-4791 417 50 50 Moody F67100 347 SFS/SFTR Attn: MSgt Gentry 9106 Rifle Range Rd Moody AFB GA 31699 FOB: origin 460-2440 / 229-257-2440 131 12 12 Moody-820SFG FB4830 820 SFG/SFL Attn: SMSgt Yoakum 4380 Alabama Road Moody AFB 31699-1534 460-2768/229-257-2768 72 81 81 Mt Home FB4897 366 SFS/SFTR Attn: TSgt Jensen Bldg 270 7 Ave Mountain AFB ID 08648 FOB: Origin 728-1780 / 208-828-1780 187 15 15 Nellis FB4852 99 SFG/SFTR Attn: MSgt Garrett 5503 Pease Dr, Bldg 1110 Nellis AFB NV 89191-6214 682-7432 / 702-652-7432 556 58 58 Nellis Ground Combat Training Flight (GCTS) FB4852 99 SFG/GCTS Attn: SSgt Piccirilli 5503 Pease Dr, Bldg 160 Nellis AFB NV 89191-621 682-0633 / 702-652-0633 260 43 43 Offutt FB4600 55 SFS/SFTR Attn: MSgt Gilleand 198 Butler Blvd, Bldg 160 Offutt AFB NE 68123 FOB: Origin 271-5590 / 402-294-5590 436 24 24 Shaw FB4803 20 SFS/SFTR Attn: SSgt Fowler/SrA Bohne 433 Lance Ave, Bldg 824 Shaw AFB SC 29152 FOB: Origin 965-1728 / 803-895-1728 185 25 25 Seymour Johnson FB4830 4 SFS/SFTR Attn: TSgt Furman 1050 Vermont Garrison Ave, Bldg 5005 Seymour Johnson AFB NC 27534 FOB: Origin 722-2497 / 919-736-2497 191 16 16 Whiteman FB4625 509 SFS/SFTR Attn: TSgt Bailie 1031 Vandenberg Ste 405 Bldg 115 Whiteman AFB MO 65305 FOB: origin 975-6666 / 660-687-6666 450 56 56 HQ ACC Security Forces FB4800 HQ ACC/SFXP Attn: MSgt Crowe 220 Sweeney Blvd, Bldg 669, Suite 117 Langley AFB, VA 23665 574-5705 / 757-764-5705 11 5014 600 600
- Place of Performance
- Address: See Attached Delivery Schedule
- Country: USA
- Country: USA
- Record
- SN00375087-W 20030720/030718213600 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |