SOLICITATION NOTICE
10 -- 21,108 Each M16 Cleaning Kits (with 200% Option)
- Notice Date
- 9/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 332994
— Small Arms Manufacturing
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H0907R0524
- Response Due
- 10/3/2007
- Archive Date
- 12/2/2007
- Point of Contact
- Paul Ward, (309)782-5420
- E-Mail Address
-
TACOM - Rock Island
(paul.ward4@us.army.mil)
- 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. The solicitation number is W52H09-07-R-0524 and is issued as a Request for Proposal (RFP). Description of Requirement: 21,108 each M16 Cleaning Kits. Each kit should contain 1 each Handl e Section (NSN 1005-01-113-0321 or Equivalent), 3 each Rod Sections (NSN 1005-00-050-6357 or Equivalent), 1 each Brush Clean Bore (NSN 1005-00-903-1296 or Equivalent), 1 each Brush Clean Chamber (NSN 1005-00-999-1435 or Equivalent), 1 each Swab Holder (NS N 1005-00-937-2250 or Equivalent), 1 each Brush Clean Toothbrush , (NSN 1005-00-494-6602 or Equivalent) 1 each pouch (olive drab or desert tan; NSN 1005-00-403-5804 or Equivalent), Pipe Cleaners (NSN 9920-00-292-9946 or Equivalent), .5 oz Cleaner, Lubrican t bottle (NSN 9150-01-102-1473 or Equivalent), and 2 oz Clean Compound bottle (NSN 6850-00-224-6656 or Equivalent). In addition, the following items are also required: 220 each Bore Carbon Remove Compound (1 Gallon Bottles; NSN 6850-00-965-23322 or Equiva lent), 220 each Cleaner, Lubricant (1 Gallon Bottles; NSN 9150-01-053-6688 or Equivalent), and 1,056 each Patches, SA Cleaning (1,000/box; NSN 1005-00-912-4248 or Equivalent). It is acceptable to adjust the quantity of patches if the pack size varies. Th e total quantity of patches required is 1,056,000 ea. Requirements call for a Certificate of Conformance (COC), Acceptance at Origin and F.O.B. Origin. Concerning delivery, offerors must submit their best delivery schedule (partial shipments are accepta ble, as long as equivalent quantities of the bulk items are shipped with each kit (1 bottle of each solvent and 5000 patches per 100 kits). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-19. FAR clauses 52.212-1 through 52.212-5 are incorporated by reference. All responsible sources may submit a proposal, which, if received in a timely manner and takes no exception to any terms of the solicitation, shall be considered by the Go vernment. The Government intends to award without discussion; offerors are advised to propose their best price and delivery terms. Because this synopsis/ solicitation is being issued electronically, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection. The following FAR clauses and provisions apply to this acquisition and are incorporated by reference: 52.212-1, Instruction s to Offerors Commercial; 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2007), with paragraphs (b)(1), (5)(i), (7) , (9), (16)-(24), (29), and (34) checked; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), with clause 52.203-3, and paragraphs (b)(2), (5), (6 ), (9)-(12)(i), (17), (19), (20)(i), and (21) selected; 52.211-4503, Packaging Requirements (Commercial) (Feb 2004); 52.246-2, Inspection of Supplies Fixed Price (Aug 1996); 52.246-15, Certificate of Conformance (Apr 1984); DFARS 252.212-7000, Offeror Re presentations and Certifications Commercial Items (Jan 2004) Copies of Reps. and Certs, to be completed by offerors; 52.246-16, Responsibility for Supplies (Apr 1984); 52.247-29, F.O.B. Origin (Feb 2006); 52.247-61, F.O.B. Origin Minimum Size of Shipment (Apr 1984); 52.247-4531 Cognizant Transportation Officer (May 1993); 52.246-4500, Material Inspection and Receiving Report (DD Form 250) ( Nov 2001); DFARS 2 52.242-7003, Application for U.S. Government Shipping (DEC 1991); and 52.203-5 Covenant Against Contingent Fees (Apr 1984). In addition to the above listed FAR and DFAR Provisions, all offerors must provide a contractor identification code which is curren tly the Dun and Bradstreet Data Universal Numbering System (DUNS) number. EVALUATION: Award shall be made to the one responsible offeror whose proposal conforms to this synopsis/solicitation and is the most advantageous to the Government based on price and delivery. Delivery is more important than price. Offerors may submit m ore than one proposal with varying delivery schedules. Inspection and acceptance will be in accordance with commercial practices, i.e. Certificate of Conformance (COC). The contractor s signed COC will be attached to the top copy of the Standard Form 14 49 and distributed to the DFAS Payment Office or attached to the Contract Administration Officers copy, when contract administration (i.e. block 16 of the SF 1449) is performed by the Defense Contract Management Agency. In addition, a signed copy of the COC will also be attached to copies of the SF 1449 to accompany each shipment. In addition, a signed copy of the COC will also be attached to copies of the SF 1449 to accompany each shipment. The COC will confirm that supplies conform to all contract req uirements and all statements on the SF 1449. Additionally, it is mandatory that the prospective awardee(s) show that its product was manufactured in a facility with ISO9001-2000 or a quality system, which achieves defect prevention, process control, and p rovide adequate quality controls throughout all areas of manufacture. The contractor shall have and maintain a quality system that ensures the functional and physical conformity of all products furnished under this contract. The contractor will provide t he companys standard commercial warranty coverage for all products furnished under this contract. The Government reserves the right to require a subsequent or limited inspection report if changes are made to the contractors technical data or the contrac tor makes a significant change in production processes and/or types of material. The Point of Contact (POC) for this procurement action is Mr. Paul Ward, Contract Specialist, Telephone # (309) 782-5420. Signed and dated offers are due by 10:00 AM Central Time, 3 October 2007. Offerors are to use the following email address for proposals: paul.ward4@us.army.mil. Electronic mail is the preferred method for receiving proposals. In addition, proposals may be faxed to TACOM LCMC RI Attn: AMSTA-LC-WSC-D/Pau l Ward, (309) 782-2560 (FAX #). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H0907R0524/listing.html)
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN01414414-F 20070923/070921223847 (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 |