Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

10 -- M240B Medium Machine Gun and M249 Squad Automatic Weapon

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-06NA27384
 
Response Due
9/12/2006
 
Archive Date
3/12/2007
 
Small Business Set-Aside
Total 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference Request for Quotation No. DE-RQ52-06NA27384." This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. 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 HUBZone. 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 U.S. Department of Energy/NNSA Service Center intends to purchase the following items: 0001 15 each FN M240B 7.62 mm Medium Machine Gun. 0002 15 each additional barrels for item 0001. 0003 Certified Armorer Training* for item 0001 for up to six individuals within 12 months of item 0001 delivery. 0004 15 each FN N249 5.56 mm Squad Automatic Weapon. 0005 15 each additional barrels for item 0004. 0006 Certified Armorer Training* for item 0004 for up to six individuals within 12 months of item 0004 delivery. *Certified Armorer's Courses should be recognized or sanctioned by the weapon's manufacturer FN Manufacturing, LLC. If offeror???s course is recognized please provide documentation. If not officially recognized, offeror must include a full description of the training that will be provided. Training can take place at vendor???s facility. Travel to facility is not covered as part of the training and will be provided by the government. Item 0001 must meet the National Stock Number NSN 1005-01-127-7510 criteria and be manufactured to the U.S. Military Specifications*. Product must be manufactured in the United States. The M240B is a 7.62 gas operated machine gun, US Infantry version, equipped with a folding bi-pod, pintle mount, forestock and accessory rails to mount optics and target illuminators. The pintle mount allows tri-pod and vehicle mounting. Manufacturer: Fabrique Nationale Manufacturing, Inc. Length: 47.5 inches Weight: approximately 24.2 pounds depending on accessories Bore diameter: 7.62 mm Maximum effective range: 1.1 miles (on tripod mount) Maximum range: 2.31 miles Rates of fire: Cyclic: 650-950 rounds per minute Rapid: 200 rounds per minute Sustained: 100 rounds per minute Item 0003 must meet the National Stock Number NSN 1005-01-127-7510 criteria and be manufactured to the U.S. Military Specifications*. Product must be manufactured in the United States. The M249 SAW is an individually portable, gas operated, magazine or disintegrating metallic link belt fed, light machine gun with fixed headspace and quick change barrel feature. The M249 engages point targets out to 800 meters, firing the NATO standard 5.56 mm cartridge. Manufacturer: Fabrique Nationale Manufacturing, Inc. Length: 40.87 inches (103.81 centimeters) Weight: approximately 25.63 pounds depending on accessories Bore diameter: 5.56 mm (.233 inches) Maximum effective range: 3,281 feet (1,000 meters) for an area target Maximum range: 2.23 miles Rates of fire: Cyclic: 725 rounds per minute Sustained: 85 rounds per minute *Web Links for Military Specifications and Standards: http://www.dsp.dla.mil/ http://global.ihs.com/ http://stinet.dtic.mil/ Delivery of items 0001, 0002, 0004, and 0005 is desired by January 15, 2006. If offerors cannot meet this desired delivery, the best delivery date possible must be quoted. Delivery to: U.S. Department of Energy/TRALOC, Attn: Rich Rudder, 4th Avenue, Bldg. 1789, Barling, AR 72923. Only those offerors who can furnish all the line items listed above, meet all the requirements specified in product Pass/Fail criteria above will be eligible for award under this solicitation. The products submitted will be evaluated on pass/fail criteria shown above in this synopsis/solicitation. Award will be made to the technically acceptable offeror whose proposal meets all criteria as passing, provides training and delivery schedules which are best value to the government, with price considered. The offeror's price proposal shall contain the proposed unit prices and total firm fixed price for each item and a grand total for the entire contract. Please Note: Before the contract is awarded to the offeror, offeror MUST be registered on the following websites: http://www.ccr.gov and http://vets100.cudenver.edu. The offeror must also include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (March 2005) or note that offeror is registered on the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those offerors who can furnish the items that meet all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price and technically acceptable offer received. If unable to meet the required delivery date, offeror may propose an alternative delivery date. Offerors proposing an alternative delivery date will only be considered for award if no technically acceptable proposals are received which meet the requested delivery date. In the event that no offeror can meet the requested delivery date, award will be made to the technically acceptable offeror whose proposal represents the best value to the government, price and proposed delivery schedule considered. All offerors will need to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (a) under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies as do the following clauses under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 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; 52.222-03, Convict Labor; 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; 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; 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; 52.225-13, Restrictions on Certain Foreign Purchases 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) and to verify successful transmission in accordance with the Proposal Submission instructions in the ???IIPS Users Guide for Contractors,??? prior to quote due date and time. 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 contact the E-Center Helpdesk at 1-800-683-0751 Monday-Friday 8 a.m.-8 p.m. EST or at helpdesk@pr.doe.gov. 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 4:00 p.m. MDT, Thursday, September 12, 2006. 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 A. Nienow, at the following E-mail address: dnienow@doeal. Please do not contact the Contracting Officer.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/BB7EE6F2740CA0AA852571D80056B688?OpenDocument)
 
Record
SN01127256-W 20060830/060828220302 (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.