SOLICITATION NOTICE
13 -- 223 Caliber Ammunition
- Notice Date
- 11/29/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- INL-0110-4Q5067
- Response Due
- 12/6/2006
- Archive Date
- 12/21/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared per the format in Subpart 12, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number INL- 0110-4Q5067 is a Request for Quote (RFQ). The Government intends to award a firm, fixed price IDIQ contract for the acquisition of ammunition. The following Provisions and Clauses are incorporated into this RFQ by reference. No addenda apply to these Provisions and Clauses. FAR 52.212-1, Instructions to Offerors ? Commercial Items, FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items, FAR 52.212-4 Contract Terms and Conditions ? Commercial Items, FAR 52-212-5, Contract Terms and conditions required to Implement Statutes or Executive Orders-Commercial Items. No additional FAR clauses apply. The following provides the specifications: Specifications: The U.S. Embassy, Bogota, Colombia has a requirement for the following ammunition for use by the end user, the Colombian National Police: (1) 223 caliber rifle ammunition, 62 grain The Indefinite Delivery/Indefinite Quantity contract will be for a year with 4 option years. The minimum amount per year will be 25,000 each and the maximum per year will be 200,000 each. Vendors must provide pricing for the base year and all option years. Ammunition must meet all industry standards and a Certificate of Conformance will be required stating that the ammunition is industry-approved. Vendor will be responsible for any required export license. Ammunition must be of US manufacture. Foreign-made ammunition will not be accepted. Offerors must state where the ammunition is manufactured. Offerors shall state their standard warranty they offer in their response to the RFQ. Items to be shipped FOB destination to Robertson Freight Forwarding Co. 4469 NW 97th Ave. Miami, Florida 33178; telephone 305-477-5548; fax 305-477-5435 for onward shipment to Colombia. The contractor will be required to coordinate delivery with the freight forwarder. Purchase order must be marked on the outside of the packing container. Note: Pricing MUST include pre-paid shipping - surface. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment to Colombia without repacking or incurring damage during shipment and handling. Packaging shall be in accordance with US Customs regulations for shipment overseas. Prices should be FOB destination Miami. Expedited and timely delivery is a key element for evaluation. Offerors will be evaluated on technical acceptability, delivery schedule and price in that order. Award will be made to the vendor who offers the best value to the Government. If all offers are equal in technical and delivery, award will be made to the lowest priced. Point of Contact is Mary Pat Hayes-Crow, Contracting Officer, 202-776-8373; email: Hayes-CrowMP2@state.gov. This RFQ closes at 1600 hours ET, 6 December 2006.
- Record
- SN01187835-W 20061201/061129220316 (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 |