Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

10 -- M4A1 Type Rifles

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
U.S. Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309
 
ZIP Code
33309
 
Solicitation Number
SWHARC09Q0075
 
Archive Date
9/26/2009
 
Point of Contact
Lisa G. Goodwine, Phone: 954-630-1283
 
E-Mail Address
goodwinelc@state.gov
(goodwinelc@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for M4A1 type assault rifle to be used by the Government of Colombia pursuant to an agreement with the U.S. Department of State. 1. DESCRIPTION 1.1. The U.S. Department of State, INL Section, U.S. Embassy Bogota, Colombia, has a requirement for the purchase of a seven hundred (700) M4A1 type assault rifles, to be donated to the government of Colombia for INL program purposes. 1.2. The following are the specifications which shall meet or surpass in order to be considered. M4 profile 14.5” barrel designed to accept M203 grenade launcher with threaded muzzle and flash suppressor. Barrels are to be hard chrome line in both bore and chamber to ensure long life and ease of cleaning with manganese phosphate exterior finish. The six position telestocks are required so that when retracted, the carbine length decreases by 4 for convenient handling. Upper receiver- A3 “flat top” upper receiver with picatinny configuration rail allow for the mounting of various scopes, sights, and optics available for the M4, removable carry handle, with 300 600 meter rear sight system (M.O.A elevation and windage adjustments). Receivers are to be hard anodize finished to non reflective matter black. Shipped with operator’s safety manual, 30 round magazine, orange safety block and black web sling. The weapon must be from the AR-15 family and accept all common AR-15 parts. Caliber: 5.56mm, gas operated overall length not to exceed 34.75 inches (88.75 cm), barrel length 14.5 inches (36.83 cm) and designed to accept M-203 grenade launcher, commonly referred to as a M-4 profile. Rifling: 1 turn in 9 (22.8 cm) R.H. twist, 6 grooves and lands (this is an absolute requirement, no other twist rate is acceptable), weight not to exceed 6.5 lbs (without 30 round magazine), mode of operation semi auto and 3 shot burst. 1.2. This acquisition is a total small business set-aside. Offers from other than small business concerns will not be considered. The NAICS code applicable to this acquisition is 332994. 2. REQUIRED ITEM: LINE ITEM 0001: M4 type assault rifle. Quantity: 700 EA, new. Contractor shall provide the specifications of the item that they are quoting to be considered. 3. DELIVERY INFORMATION 3.1. REQUIRED DELIVERY DATE: 60 calendar days after receipt of the export license. 3.2. DELIVERY TERMS: FOB Destination. The Contractor shall consolidate the entire shipment to prevent loss and misdirection of the equipment. Any lost or damaged equipment during shipment shall be replaced by the contractor upon notification. Ship to address: Contracting, Consulting, Engineering LLC 1609 NW 84TH Ave Miami, FL 33126 POC: Richard Issa RIssa@cce-llc.com Ph. 305-629-3849 Hours 0830-1430 The items being acquired will be donated to the government of the ultimate destination Bogota Colombia. Seller shall pack, mark and ship all goods and supplies in accordance with the requirements of this Order and so as to be in compliance with all applicable transportation regulations and good commercial practice for protection against damage from weather and shipment, including any applicable federal, state and local laws and regulations for the packaging, labeling, transportation and shipping of hazardous materials. Seller shall secure the most advantageous transportation services and rates consistent therewith. No separate or additional charge is payable by Buyer for containers, crating, boxing, handling, storage or any other services unless specifically stated in this Order or otherwise agreed to by Buyer in writing. Seller shall mark each container with the number of this Order and shall enclose a packing slip with this Order number in an envelope attached to each container. Damage resulting from improper packing or shipping will be charged to Seller. All items shall be packed for exporting and comply with all relevant requirements of ITAR, including the requirement for obtaining any written export authorization from the U.S. Department of State, Office of Defense Trade Controls (DTC), or otherwise make and document the determination that an ITAR licensing exemption applies, as the case may be. A downloadable copy of the ITAR is accessible at the DTC web site www.pmdtc.org. If an export license is required, the items shall not be shipped until necessary export license is received. All licensing paperwork must arrive to the freight forwarder one week prior to the weapons. 3.3. PACKING AND MARKING Each box, carton, and package shall be marked as follows: AMERICAN EMBASSY NAS – Project CNP Carabineros Project Order No. (To be provided upon award) Bogota, Colombia Box #__ of __ One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the “lead” or number one box/carton/package, or individually attached to the outside of each box/carton/package. If you have any problems in complying with these instructions, please contact the Contracting Officer. Please include a copy of the packing list with your original invoice to the Contracting Officer or other office designated in the order that will provide us advance information for Customs clearance purposes. PLEASE NOTE: This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: “Guidelines for Regulating Wood Packaging Material in International Trade” (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor’s expense. If you have any question regarding this requirement, please contact the Contracting Officer. 4. EVALUATION OF QUOTATIONS: 4.1. Award will be made to the Lowest Priced-Technically Acceptable Offeror who submits a quote that is responsive to the RFQ requirements. 4.2. Additional Considerations: The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price. The Government will determine acceptability by assessing the offeror's compliance with the terms of the Request for Quotation (RFQ). The Contractor must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality. 4.3. Award will be on an “all or none” basis. 5. QUOTATION MUST INCLUDE THE FOLLOWING: 5.1. PRICE: unit and extended prices, FOB destination pricing. 5.2. DESCRIPTION: Description/nomenclature of the item being proposed; product specifications must be provided. The Government is not responsible for locating or securing any information, which is not identified in the quote. To ensure sufficient information is available, offerors shall furnish as part of their quote all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. NOTE: TO BE CONSIDERED FOR AWARD, THE OFFEROR SHALL clearly identify the item by brand name, if any; make or model number; descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer. If the offeror proposes to modify an off-the-shelf product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 5.3. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR. 5.4. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/). In addition, complete DOSAR 652.228-70. 6. ADDITIONAL INFORMATION AND REQUIREMENTS: In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-09-Q-0075 is issued as an RFQ under subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-32. FAR clauses may be accessed at: http://acquisition.gov/far/index.html The following FAR Clauses and Provisions are incorporated by reference. 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors – Commercial Items 52.212-3, Offeror Representations and Certifications – Commercial Items 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 [The following clauses are selected under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6, Notice of Total Small Business Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration] 52.214-34, Submission of Offers in the English Language 52.228-3, Workers Compensation Insurance (Defense Base Act) DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate/Ombudsman (AUG 1999) 652.225-70 Arab League Boycott of Israel (AUG 1999) 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) 652.242-73, Authorization and Performance (AUG 1999) 652.242-72, Shipping Instructions (DEC 1994) 652.243-70, Notices (AUG 1999) 652.228-70, Defense Base Act – Covered Contractor Employees (JUN 2006) [Fill-in paragraph (b) El Salvador; Workers’ compensation laws exist that will cover local nationals and third country nationals.] 652.228-71, Worker’s Compensation Insurance (Defense Base Act) – Services (JUN 2006) [Fill-in paragraph (c) $4.00 per $100] 652.228-74, Defense Base Act Insurance Rates – Limitation (JUN 2006) [Fill-in paragraph (b) Services $4.00 per $100 of employee compensation; Construction $5.50 per $100 of employee compensation] 652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999) 7. QUOTATIONS ARE DUE by 1:00 p.m., September 11, 2009, local (Ft. Lauderdale, U.S.) time, via e-mail attachment to GoodwineLC@state.gov. Identify your quotation (in the subject line) as a response to solicitation number S-WHARC-09-Q-0075. All questions shall be asked via email, No phone calls will be accepted! CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items paragraph (f). 8. AWARD TYPE: The Government will award a firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/SWHARC09Q0075/listing.html)
 
Record
SN01932864-W 20090830/090829012213-bea9f966d5ded366303a8a009a08a6f3 (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.