Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

10 -- Simmunition 9mm Upper Receiver Kit

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2X3B27171A003
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation reference number is F2X3B27171A003 for Simmunition 9mm Upper Receiver Kit is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 (20 Jun 2007), Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070802 and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2007-0531. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% total set-aside for small business concerns. The North American Industrial Classification Code is 332995 with a small business size standard of 500 employees. This acquisition is for the purchase of the following items: CLIN 0001 ? Simunition Conversion Kit for M-4 Rifle, must be compatable with Security Forces (SF) standard duty weapon, M-4 Rifle. A M-4 Rifle Conversion kit includes weapons parts which allow the use of 5.56 milimeter non-lethal simunition cartridges to offer a realistic training experience by allowing the user to use a converted duty weapon and fire a 5.56 milimeter non-lethal simunition cartridge directly at a human target without inflicting serious injury. The part needed for the conversion is the M-4 upper receiver conversion kit. Qty = 18 each. CLIN 0002 ? Simunition Conversion Kit for M9 Berreta, must be compatable with SF standard duty pistol, M9 Berreta. The M9 Berretta Conversion kit includes weapons parts which allow the use of 9 milimeter non-lethal simunition cartridges to offer a realistic training experience by allowing the user to use a converted duty weapon and fire a 9 milimeter non-lethal simunition cartridge directly at a human target without inflicting serious injury. The part needed for the conversion is the M9 Berretta conversion kit. Qty =18 each. CLIN 0003 ? Bolt Conversion for M-4 Rifle, must be compatable with SF standard duty weapon, M-4 Rifle to allow for 5.56mm non-lethal Simunition rounds to be fired from the M-4 Rifle. The bolt conversion is a critical weapon part enabling a non-lethal round to be chambered into the weapon system. Qty = 18 each. CLIN 0004 ? Facemask, simunition protective equipment designed to withstand 5.56mm, 9mm, and .38 caliber non-lethal cartridges fired from an M9 Berreta Pistol and an M-4 Rifle. Qty = 18 each. CLIN 0005 ? 5.56mm non-lethal Simunition ammunition, compatable to the SF duty weapon, M-4 Rifle, 1000 rounds per case. Buy by the case. Qty = 8 each. CLIN 0006 ? 9mm non-lethal Simunition ammunition, compatable to the SF duty pistol, M9 Berretta, 1000 rounds per case. Buy by the case. Qty = 8 each. Equal items are acceptable as long as it meets the specifications, and the vendor shall provide full specification details for comparability. Vendor must provide an estimated time of delivery. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount. Basis for award: The Government will make an award to the lowest price offer, from a contractor who takes no exceptions to the specifications. Interested vendors shall submit open market quotes for all or none of the CLINs listed. Partial quotes will not be accepted. Only one award will be made as a result of this combined synopsis/solicitation. The contractor must be registered in the Central Contractor Registration database at http://www.ccr.gov/ and Wide Area Workflow at https://wawf.eb.mil/. Offerors must also be registered in the Online Representations and Certifications system at http://orca.bpn.gov and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252.2, Clauses Incorporated by Reference, and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Sep 2006) applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ with an addendum to add the following clauses: FAR 52.204-7 Central Contractor Registration (Jul 2006). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2007). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Apr 2007) applies to this acquisition. The clause 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) is applicable. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Apr 2003); DFARS 252.204-7004, Alternate A (Nov 2003). The AFFARS clause 5352.201-9101, Ombudsman (Aug 2005), is applicable. The Defense Priorities and Allocations System rating is C9E. A due date for offers will be Noon, central time, 24 Aug 2007. Offers may be emailed to paul.negrido@maxwell.af.mil, or faxed to 334-953-3527, ATTN: A1C Paul F. Negrido, or mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Reference the solicitation number. Please contact A1C Paul F. Negrido for any questions or comments. Phone: 334-953-5036 / Email: paul.negrido@maxwell.af.mil. Alternate point of contact: MSgt. Kimberly A. Knott, Email: Kimberly.knott@maxwell.af.mil, Phone: 334-953-6242.
 
Place of Performance
Address: Maxwell AFB Montgomery, AL,
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01371967-W 20070816/070814221030 (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.