Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
SOLICITATION NOTICE

10 -- Sound Suppressor for Colt M4

Notice Date
11/29/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-06NA27247
 
Response Due
12/14/2005
 
Archive Date
1/13/2006
 
Small Business Set-Aside
N/A
 
Description
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-RQ52-06NA27247." This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This acquisition 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 HUB Zone. The North American Industry Classification System (NAICS) Code is 332994 with a corresponding qualifying size standard of 1,000 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The DOE/AL intends to purchase following Line Items: Specifications: SOUND SUPPRESSOR FOR COLT M4 The Office of Secure Transportation (OST) is considering the acquisition and fielding of a Sound Suppressor for the Colt M4s. The following are minimum requirements currently identified by OST: 1. Must work with G6A2 Vortex Flash Hiders 2. The suppressor must have a quick attach/detach function (without tools) versus a screw on or threaded attachment method 3. The suppressor must decrease the initial firing report a minimum of 30-db 4. Service life in excess of 15,000 rounds 5. Weight of suppressor should be less than 30oz. Should be as light as possible to minimize shot placement changing due to weight of suppressor. 6. Minimal impact shift with suppressor mounted and without suppressor mounted. Consistent point-of-aim point-of-impact shift with suppressor on and suppressor off. 7. Must not interfere with the operation of a Colt M203 Grenade Launcher attached to a M-4 (loading, aiming, firing, and unloading). 8. The overall accuracy when firing with the suppressor attached must be consistent with the accuracy of the weapon without the suppressor (no loss of accuracy). 9. The suppressor needs to be rebuildable without the use of special tools 10. Favorable consideration may be given to those contractors whose product(s) exceed the requirements listed above. The Government seeks information on equipment that could provide the requirements stated above via SOURCES SOUGHT. The Sound Suppressor needs to work as an integrated system compatible with the M4. This procurement will consist of two phases: 1) An initial RFQ will be posted to determine vendor???s interest based upon the requirements identified above. Upon receipt of a quotation, the Government will evaluate the quotations based on their technical merits. The Government may request up to 2 samples of those vendor???s products found to meet the technical requirements and run through a field-testing protocol. Bidders are encouraged but not required to provide the samples at no cost. Upon conclusion of the field-testing, the Government will return the used samples upon written request by the vendor. The Government welcomes unsolicited samples from Vendors whose offer conforms to the solicitation requirements. 2) At the conclusion of field-testing, the vendor/vendors whose products most closely meet OST???s needs may be awarded a contract to supply OST with approximately a quantity of 350 M-4 sound suppressors. Evaluation Criteria: 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 other factors considered will be such things as warranty, delivery schedule, and past performance. Delivery Schedule: First delivery of 2 samples: 31 January 2006 Second delivery of approximately 350 units: Desired delivery will be approximately 90 days after contract award. Earlier deliveries will be accepted and preferred to facilitate internal OST timelines. Delivery Location: U.S. Department of Energy/AL, Pennsylvania & H Avenue, Kirtland Air Force Base East; Albuquerque, NM 87116. Delivery Hours Are: 7:30am to 4:00pm, Monday through Friday, excluding holidays. The clause at FAR 52.204-7- Central Contractor Registration applies to this acquisition. 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 meet all the requirements specified herein will be considered. FAR 52.212-2 Evaluation ???Commercial items ??? 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. All Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; 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 52.225-1, Buy American Act; and FAR 52.232-33, Payment by Electronic Funds Transfer- 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/. The following local clause applies to this acquisition: LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004). The contractor 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) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror???s responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/ or http://www.doeal.gov/cpd/readroom.htm. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 3:30 p.m. Mountain Standard Time, Wednesday, December 14, 2005. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/. 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 inquiries regarding this solicitation are to be directed to the named Contract Specialist: David Ferguson at the following E-mail address: dferguson@doeal.gov
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/949E907F3C2115D4852570C8007C2CE7?OpenDocument)
 
Record
SN00941221-W 20051201/051130090055 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.