Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

99 -- KNIGHT'S RAIL ADAPTER SYSTEM SUPPLIES - BRAND NAME PROCUREMENT

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RP52-05NA26747
 
Response Due
8/26/2005
 
Archive Date
9/25/2005
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. Responses shall reference ???Request for Quote No. DE-RP52-05NA26747.??? The U.S. Department of Energy, National Nuclear Security Administration (NNSA) intends to procure, on a Brand Name basis, to satisfy the following requirements of the NNSA Office of Secure Transportation (OST). Base plus four 1-year options: 1. Knight???s Rail Adapter System, M4 Carbine, to include vertical fore-grip and 5 panels (Stock No. 96179) 2. Knight???s MWS Rail Sling Mount Adapter (Stock No. 98720) Year Min Max Delivery 1 290 300 10/30/05 2 64 103 7/30/06 3 64 107 7/30/07 4 44 89 7/30/08 5 52 99 7/30/09 NNSA OST has determined that Knight???s Manufacturing is the only Brand Name capable of meeting NNSA OST mission requirements which are required in the performance of the OST national security mission. The decision to use Knight??? s Manufactured products is based on the following: ??? Unit is installable by the operator without use of special tools. ??? Installation of the unit cannot result in any modification of the host weapon. ??? The operator is able to reconstitute the weapon???s original configuration without use of special tools. ??? The unit mounts securely to the host weapon upper receiver such that a bore sighted laser mounted on the unit will exhibit a point of impact shift of 0.5 Minute of Angle or less over the course of firing 6,000 rounds. ??? The unit mounts securely such that precision alignment is maintained through the firing of 40mm grenades from an attached M203 grenade launcher. ??? The unit does not lower the Cook-Off Threshold of the host weapon. ??? The unit has passed all U.S. Army salt spray corrosion tests, dust tests, cold weather and icing tests, and extreme hot weather tests ??? The unit is proven compatible with the Colt M4/M4A1 Carbine and accessories and weapon system components including the Colt M203 40mm grenade launcher, AN/PAQ-4c and AN/PEQ2a laser pointing devices, and optical sights. ??? The top rail of the unit lies at the same height as the host weapon???s upper receiver rail. ??? Accessory grooves are numbered for a ready reference for re-application and zero retention of accessories. ??? Lower rail is easily removable by the operator to enable cleaning of the host weapon barrel and accessories (e.g. grenade launchers) attached to the lower rail. ??? The lower rail has an integral heat shield to protect the operator???s hand from radiating barrel heat. Firms who want to challenge this Brand Name procurement must submit an interest letter that the firm???s ability to provide an equivalent service as described above. Interested parties must provide rationale, including pricing, as to why they should be considered. All interested firms must respond by August 26, 2005, 3:00PM, Mountain Time to Lisa Marie Buffkins, Reference: DE-RP52-05NA26747, NNSA Service Center, OBS, P.O. Box 5400, Albuquerque, NM 87185. This procurement is a 100% small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran owned small business, service disabled veteran owned small business, 8(a) business, or HUBZone. The North American Industry Classification System (NAICS) Code is 333314 and the small business size standard is 500 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The desired delivery location is to: U.S. Department of Energy, 4th Avenue, Bldg 1789, Barling, AR 72923. Delivery Price shall include all shipping and handling charges (FOB Destination). The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial Items, applies to this acquisition. Only those Offerors who can furnish the items that meets all the requirements specified herein will be considered. All Offerors will need to include a completed copy of the provision at FAR 52,212-3, Offeror Representations and Certifications ??? Commerical Items with the offer. FAR clauses 52-212-4, Contract Terms and Conditions ??? Commercial Items, and 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ??? Commercial Items, apply to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52-222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1, Buy American Act-Supplies; FAR 52-232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far or https://farsite.hill.af.mil/. The following local clause applies to this acquisition: H-150 Lobbying Restriction (Energy & Water Development Appropriations Act, 2001) (Jul 2001) The contractor or awardee agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other means will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 3:00PM Mountain Standard Time on August 26, 2005. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://doe-iips.pr.doe.gov/doebiz.nsf/Help?OpenForm or http://www.doeal.gov/cpd/readroom.htm It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the ???IIPS Users Guide for Contractors.??? All questions or inquires regarding this solicitation are to be directed to the named Contract Specialist (Lisa Marie Buffkins @ lbuffkins@doeal.gov).
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/151D76118926536985257062005E025D?OpenDocument)
 
Record
SN00874598-W 20050821/050819211800 (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.