Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

10 -- Combined sysnopsis 06-Q-0029, Weapons accessories; Laser, Holographic sight, Grips, Magazine pouch, Picatinny rail mounts. Fort Lewis Wa.

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-06-Q-0029
 
Response Due
9/15/2006
 
Archive Date
11/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for the purchase of 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 solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-06-Q-0029 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect th rough Federal Acquisition Circular 2005-12 and DCN 20060814. This requirement is 100 percent Small Business Set Aside witth a NAICS Code of 332995, and a size standard of 500. The description of the commercial item is for five items reads as follows: CLIN 0001-0005 CLIN 0001 EOTECH 552A65, 110 EA; CLIN 0002 GGG1169 VERTIGAL FOREGRIP, 110 EA; CLIN 0003 Dual Beam Aiming Laser-Advanced2 Infared Iuminator laser, 110 EA; CLIN 0004 Magazine buttstock pouch SG 289 ACU M4, 110 EA; CLIN 0005 SUF M73 Rail mount assembly Picati nny, 110 EA. Delivery time shall be no later than 30 days from ARO to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with in structions at http://www.lewis.army.mil/doc (select the -Request for Quotes- tab and the forms listed under this combined synopsis/solicitation number). Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be i ssued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in w hich the term offeror, whenever it appears, shall be replaced with the term quoter. Also, paragraphs (g) and (h) of FAR 52.212-1 are deleted. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111 -4132, Identification of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change wit hout prior notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employee s  Fast Access Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, fede ral holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notif y the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5in clearance) will require a time stamped searched- label to gain access to North Fort Lewis. Searched- labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5in in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a -searched- label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with th e procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast a ccess identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. T he contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when th ey are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer.- Local clause 52.111-4132 states: -a. Each employee who requires access to Fort Lewis to perform work under any contract, at any tier, must obtain either a fast access identification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the employee requires access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Main (Liberty) Gate or the Logistics Center Gate (or the DuPont Gate when the Logistics Center Gate is closed). The visitors pass will be issued for a maximum of 30 days at a time. A fast access identification badge will only be issued to contractor employees if the contractor participates in the Fast Access Gate Program. Th e Fast Access Gate Program is a voluntary program. b. The contractor shall provide information as required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor employe es who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any set-up fee and the fee per employee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adverse, a fast access identif ication badge will be issued by the FAGPC to the contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuing a fast access identification badge to the contractor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however, if the contractor employee does not meet the criteria for be ing issued a fast access identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any reason (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification badge cannot be returned within the required time frame for any reason, th e contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Government installation because he/she does not have the required identifi cation badge or visitors pass shall not excuse timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification badges are issued or returned, with or without advance notice to the contr actor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an emp loyees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such loss, theft, or reproduction is discovered, followed by a writt en report of the circumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employee shall wear the fast access identification badge while performing wo rk under the contract. The identification badge shall be worn on the upper front of the outer garment unless precluded by OSHA regulation(s). The identification badge shall not be used for access to any Government installation except for performance of w ork under the contract for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the contractor will be notified by the Contracting Officer as to whether the f ast access identification cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the installation.- Local clause 52.111-4004 states: -In accordance with the FAR Part Two electronic commerce definition and FAR Subpar agraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail.- Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representat ions and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does no t include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.20 3-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. The minimum salient characteristics are: CLIN 0001 Eotech: Mount to any universal Picatinny mounting rail (supports standard We aver dovetail) with an integral mounting platform for adaptation to user preferred eye relief. Interface to any standard issue M16 or M4 variant in either a fixed carryhandle or flattop receiver, and with no modifications to the weapon. Night vision compat ible. Submersible to 33ft of water. Battery N Alkine with 200 hours of operation. Length 4 inches with a reticale sight of 65 MOA ring w/ one MOA dot. CLIN 0002 Vertical Foregrip: Waterproof compartment in the core of the vertical foregrip. Large enough to hold two 3V Lithium batteries or two 1.5 N batteries or two AA batteries. CNC machined from solid black Acetal cold polymer. The waterproof compartment is accessed by an O ring sealed cap which has an easy to use coin slot for tightening or loosening. V ertical foregrip is 4.5IN in length and 1.250IN in diameter. A separate O ring seals the threaded core from the environment. CLIN 0003 Laser specifications: Visible Type Class IIIa, IR pointer/illuminator Class IIIb; Power Output: Vis-Hi-pwr less than 5mW , IR less than 35mW, Lo pwr Vis/IR ,1mW; Wavelength: Vis 635nM, IR 835nM; Beam Vis/IR 8mm@25Meters, IR 0-6 degrees; Range/Visibility: Vis 450meters low light, 30meters daytime, IR 2000meters; Battery: one 3volt lithium, 5hrs continuous; Limited warranty: 1 yr; Material: Anodixed aircraft aluminum 6061T-6; Weight: w/batt 7.9 oz/224 grams; Size: L3.35inxW2.91inxH1.9in; Enviroment: Waterproof 20meters. CLIN 0004 Buttstock Magazine Pouch: Holds 1 spare 30 round magazine on the offside of the buttstock. Modula r, completely ambidextrous and can used be with any of our collapsible stock M-4 / M-16. CLIN 0005 Picatinny Railmount: High-quality Picatinny forend for the AR/M4-type carbines. Mounts a variety of weapon accessories. Machined from military specification hard-anodized aluminum. Enables consistent -repeat zero- of any accurately dimensioned devices attached to them, such as SureFire lasers or WeaponLights. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. Telephonic or email inquires will be accepted, contact Major Kermit Brown at 253-966-7932 or kermit.brown@us.army.mil, reference this combined synopsis 06-Q-0029. Quotes are due on September 15, 2006 at 7:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certificati ons, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to MAJ Kermit Brown; kermit.brown@us.army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to b e considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewi s.army.mil/doc, Request For Quotes, then this solicitation number. Federal Business Opportunities; Numbered note 1 (one) applies to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01139790-W 20060913/060911221226 (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.