Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

99 -- Procurement of two civil-war era reproductions artillery pieces

Notice Date
2/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
ACA, Carlisle Barracks, Directorate of Contracting, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072
 
ZIP Code
17013-5072
 
Solicitation Number
W91QF0-05-T-0027
 
Response Due
2/15/2005
 
Archive Date
4/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Carlisle Army Barracks, Carlisle, PA has a requirement to procure two civil war-era reproductions artillery pieces for the Army Heritage Trail. The procurement is for one full scale reproduction of the M 1857 12 pound Napoleon bronze artillery tube, plus the carriage with appropriate limber and all necessary tools and rigging for trailing and firing the gun. Also, one full scale reproduction of the M 1861 3 inch Ordnance Rifle of steel lined ductile iron with appropriate carriage and all necess ary tools and rigging for trailing and firing the gun. See attached Statement of Work for details. Once the contract is awarded, the replicas shall be delivered within 120 days after receipt of Purchase Order. All shipments are F.O.B. destination. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitu tes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number W91QF0-05-T-0027 is issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This acquisition is set-aside for small business. The SIC Code is 3499. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in f ull text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil The associated NAICS code is 332999. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 M1857 12 Pound Napoleon Bronze Artillery Tube 1 FFP See Attachment Statement of Work (SOW) for further description. Guns will Be delivered to 950 Soldiers Drive, Carlisle, PA 17013 0002 M 1861 3 inch Ordnance Rifle 1 FFP See SOW for further description 0003 Packing, Delivery and Set-Up of Each Gun FFP Deliveries and Performance CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS 0001 POP 15 MAR-2005 TO 1 DIRECTORATE OF 30-AUG-05 PUBLIC WORKS CBDPW HEISNER BOB LOGISTICS MGMT DIV 122 FORBES AVE CARLISLE, PA 17013 CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS 0002 POP 15 FEB-2005 TO 1 SEE ABOVE 30-AUG-05 0003 DELIVERY DATE QUANTITY SHIP TO ADDRESS POP 15 FEB-2004 TO 1 SEE ABOVE 29-APR-05 PURCHASE OF TWO CIVIL WAR-ERA REPRODUCTION ARTILLERY PIECES FOR THE ARMY HERITAGE TRAIL CLIN #1: Purchase one full scale reproduction of the M1857 12 pound Napoleon bronze artillery tube, plus the carriage with appropriate limber and all necessary tools and rigging for trailing and firing the gun. See statement of work for details. CLIN #2: Purchase one full scale reproduction of the M1861 3 inch Ordnance Rifle of steel lined ductile iron with appropriate carriage and all necessary tools and rigging for trailing and firing the gun. See attached statement of work for details. CLIN #3: Packing, Delivery and Set-up of each gun. Guns will be delivered to 950 Soldiers Drive, Carlisle Barracks, Carlisle, PA 17013. CLIN #1 Statement of Work: Tube to be constructed of Government Spec. Naval Gun Bronze. Tube must meet a minimum pressure rating of 60,000 pds per square inch. Tube should be poured solid and bored out then lathe turned and polished. Tube bore to be on absolute center. Tube should be drilled with primer hole for firing. Carriage and limber to be made from kiln-dried oak. Wheel hubs to be solid, not pieced. All carriage and limber parts to be guaranteed a minimum of two years under normal wear and tear. All iron parts should be primed and painted with two coats of a high -grade en amel. Color to be selected by POC. All metal carriage and limber parts to be treated with Ship-to-Shore metal preservative. The limber box should have iron box hinges and an iron hasp. Inside should be lined in copper and attached with tin or copper nails. Limber should be equipped with a lift out wooden tray for half of the box. Tray should have a lidded compartment to hold primers. Gun should include an appropriate sponge and worm for the piece. Sponge should have no visible tacks and should be tacked with non-sparking hardware. Worm should be sized to the bore. Delivery will also include sponge buckets, tompion and trail hand spi ke. POC is Mr. John Giblin, 717-245-3419 or john.giblin@carlisle.army.mil CLIN #2 Statement of Work: The Tube should meet all of the design specifications of the M 1861 Ordnance Rifle and should be built to firing specifications. Tube to be constructed of ductile iron (semi steel) and lines with a steel liner. Tube should be primed and painted with two c oats of high-grade finish enamel. Color to be selected by POC. Carriage and limber to be made from kiln-dried oak. Wheel hubs to be solid, not pieced. All carriage and limber parts to be guaranteed a minimum of two years under normal wear and tear. All iron parts should be primed and painted with two coats of a high -grade enamel. Color to be selected by POC. All metal carriage and limber parts to be treated with Ship-to-Shore metal preservative. The limber box should have iron box hinges and an iron hasp. Inside should be lined in copper and attached with tin or copper nails. Limber should be equipped with a lift out wooden tray for half of the box. Tray should have a lidded compartment to hold primers Gun should include an appropriate sponge and worm for the piece. Sponge should have no visible tacks and should be tacked with non-sparking hardware. Worm should be sized to the bore. Delivery will also include sponge buckets, tompion and trail hand spi ke POC is Mr. John Giblin, 717-245-3419 or john.giblin@carlisle.army.mil FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) is incorporated in full text as follows: (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: (i) technical capability; (ii) past performance, (iii) price. Technical is the overriding factor due to the that things like barrel tolerance, liner placement, etc. may not be laid out in the specifications, but are important if these are ever fired blank. (b) 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 of fer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS  COMMERICIAL ITEMS (OCT 2001) Alternate I (Oct 2000) is incorporated by reference. The full text of this clause is posted on the above web-site. Offerors shall submit a completed copy of the repr esentations and certifications at FAR 52.212-3 with the proposal submission. Also posted at the above web-site is the full text of the Offeror Representations and Certifications (52.212-3 & 252.212-7001 incorporated by reference below). FAR 52.212-4 CONTRACT TERMS AND CONDITIONSCOMMERCIAL ITEMS (MAY 1999) is incorporated by reference. The following clauses are incorporated by reference as an ad dendum to FAR 52.212-4: (1) DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000) (2) 52.247-34 -- F.O.B. Destination (Nov 1991) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERSCOMMERCIAL ITEMS (AUG 2000) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor and (3) 52.233-3, Protest After Award. (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) (1) 52-203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; (2) 52.219-8, Utilization of Small Business concerns; (3) 52-222-21, Prohibition of Segregated Facilities; (4) 52.222-26, Equal Opportunity; (5) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (6) 52.222-36, Affirmative Action for Workers with Disabilities; (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (8) 52.225-13, Restriction on Certain Foreign Purchases; (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (c) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to estab lish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components  (1)52.222-26, Equal Opportunity; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preferences for Privately Owned U.S.-flagged Commercial Vessels (flow down not required for subcontracts awarded beginning May 1, 1996). DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Nov 1995) DFAR 252.212-7001CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2000) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7001, Buy American Act and Balance of Payment Program; (2) 252.225-7007, Buy American Act-Trade AgreementsBalance of Payments Program; (3) 252.225-7012, Preference for Certain Domestic Commodities; (4) 252.227-7015, Technical Data-Commercial Items; (5) 252.227-7037, Validation of Restrictive Markings on Technical Data; and (6) 252.243-7002, Certification of Requests for Equitable Adjustment. (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items clause of this co ntract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternat e I. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888 -227-2423, or by assessing the CCR web site at http://ccr.edi. disa.mil/. The quote is due by 15 February 2005 to Teely Shaffer, Contract Specialist, e-mail teely.shaffer@carlisle.army.mil; phone (717) 245-4622, Fax (717) 245-3053: **END OF SYNOPSIS/SOLICITATION #W91QF0-05-T-0027.
 
Place of Performance
Address: ACA, Carlisle Barracks Directorate of Contracting, 314 Lovell Avenue, Suite 1 Carlisle Barracks PA
Zip Code: 17013-5072
Country: US
 
Record
SN00743557-W 20050203/050201212103 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.