Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

13 -- FMS Combined Synopsis/Solicitation for HC Military Style Max Smoke Grenades for the Islamic Republic of Afghanistan

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J07T0003
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
Small Business Set-Aside
N/A
 
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 combined synopsis/solicitation is a full and open competition for Foreign Military Sales to the Islamic Republic of Afghanistan. The Government intends to award a single firm fixed price contract for the Defense Technology Part ID: 1083  HC Military Style Max Smoke Grenade. Requirements are for 3,015 each Defense Technology Part ID: 1083  HC Military Style Max Smoke Grenades. Deli very will be FOB ORIGIN if ammunition source originates in the Continental United States (CONUS). Required Delivery Date will be 30 days after award of contract. The best possible delivery is requested. Package in cartons in accordance with best commercial practices for international shipment. INSPECTION & ACCEPTANCE shall be origin for CONUS sourced items. The DD250 signed by the USG is required for proof of acceptance and is to be performed ORIGIN. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. It is the responsibility of any interested parties to periodically check for any modifications to this combined synopsis/solicitation. Solicitation provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and is hereby incorporated by reference. A completed copy of 52.212-3, Offeror Representations and Certifications - Commercial Items must be submitted with pr oposals. The following FAR clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.232-33 - Payment by El ectronic Funds Transfer--Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and are hereby incorporated by reference. In addi tion, the following FAR provisions and clauses are incorporated by reference, 52.247-4551 Special Transport/Loading Requirements (Hazardous), 52.247-4503 Statement Of Work -Transportation Security Requirements, 52.247-15 Contractor Responsibility For Loadi ng And Unloading, 52.247-68 Report Of Shipment (Reship), 52.247-4531 Cognizant Transportation Officer, 52.247-58 Loading, Blocking, And Bracing Of Freight Car Shipments, 52.247-29 F.O.B. Origin, 52.247-59 F.O.B. Origin--Carload And Truckload Shipments, 52. 247-61 F.O.B.--Origin--Minimum Size Of Shipments, 52.247-33 F.O.B. Origin, With Differentials, 52.247-4504 Transportation Security Requirements For Contractor-To-Contractor, 52.247-34 F.O.B. Destination, 52.247-60 Guaranteed Shipping Characteristics, 52.24 7-4588 Transportation Evaluation, 52.247-46 Shipping Point(S) Used In Evaluation Of F.O.B. Origin Offers, 52.247-47 EVALUATION--F.O.B. ORIGIN, 52.247-51 Evaluation Of Export Offers, 52.247-4544 Transportation Containerization, 252.247-7023 Transportation O f Supplies By Sea, 52.247-43 F.O.B. Designated Air Carrier's Terminal, Point Of Exportation, 52.247-52 Clearance And Documentation Requirements--Shipments To DoD Air Or Water Terminal Transshipment Points, 52.223-3 Hazardous Material Identification and Mat erial Safety Data, 252.223-7001 Hazard Warning Labels, 252.223-7007 Safeguarding Sensitive Conventional Arms, Ammunition & Explosives, 252.223-7002 Safety Precautions For Ammunition & Explosives, 252.223-7003 Change In Place Of Performance-Ammunition & Exp losives, 252.212-4501 Electronic Award Notice, 52.222-1100 10 U.S.C. 4543 Pilot Program, 252.225-7027 Restriction On Contingent Fees For Foreign Military Sales, 252.225-7028 Exclusionary Policies & Practices of Foreign Governments and 252.229-7001 Tax R elief. Offerors must provide a Commercial and Government Entity Code (CAGE) on their proposal. Signed and dated offers are due by 05:00 PM Central Standard Time, September 04, 2007. Direct any questions prior to the applicable closing date in writing to: Headquar ters, US Army Sustainment Command, Attn: AMSAS-ACA-R/Gerry Haan, 1 Rock Island Arsenal, Rock Island, IL 61299-6500 telephone number (309) 782-5155 or email: gerry.haan@us.army.mil.
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-ACA-R, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01373751-W 20070817/070815222119 (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.