Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

10 -- M4/M16 and M249 Conversion kits as well as Gloves and Protective Face Mask for live/safe training

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-10-T-0014
 
Response Due
7/15/2010
 
Archive Date
9/13/2010
 
Point of Contact
nathan lieber, 602-267-2849
 
E-Mail Address
USPFO for Arizona
(nathan.lieber@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation W912L2-10-T-0014 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-42. The associated NAICS code is 332992small business size 1000 employees. COMMERCIAL ITEM DESCRIPTION: The USPFO for Arizona has a requirement for M4/M16 and M249 Conversion kits as well as Gloves and Protective Face Mask for live/safe training. Contractor to provide 1.1-158 Infantry requires 5.56mm M4/M16 weapon conversion bolts that adapt the weapon systems to fire a 5.56mm man-marker round. The conversion bolts must include rim fire primer fail-safe measures that prevent the discharge of a standard center fire Live 5.56mm cartridge. The rim fire primer fail-safe measure must be designed so that in the event a 5.56mm Live cartridge is chambered and the trigger is pulled, the conversions offset firing pin will strike outside the primer pocket of the 5.56mm Live round. This makes it impossible to detonate the Live cartridge in the converted weapon system. 2.1-158 Infantry requires 5.56mm M249 weapon conversion bolts that adapt the weapon systems to fire 5.56mm linked SAW man-marker rounds. The conversion bolts must include rim fire primer fail-safe measures that prevent the discharge of a standard center fire Live 5.56mm linked cartridges. The rim fire primer fail-safe measure must be designed so that in the event 5.56mm Live linked cartridge is chambered and the trigger is pulled, the conversions offset firing pin will strike outside the primer pocket of the 5.56mm Live linked round. This makes it impossible to detonate the Live cartridge in the converted weapon. 3.1-158 IN requires man-marker face masks and ballistic goggles that protect Soldiers eyes, face, and throat during non-lethal force-on-force man-marker training. The face masks must allow full range of motion and unrestricted hearing. The face mask and goggles must be of breathable construction to allow airflow and prevent fogging. The face mask and goggles must not alter head and helmet spatial relationships. The face mask and goggles must provide adequate space for radio equipment such as ear and throat microphones. The face mask must be hand or machine washable to ensure ease of maintenance. 4.1-158 IN requires gauntlet length protective gloves with padded protection on back of knuckles and fingers. The gloves must be a breathable material and allow sufficient dexterity to operate M4/M16 and M249 weapon systems. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Contractors conformance with the above specifications Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements required in this synopsis. Failure to provide sufficient documentations that shows how your proposed product meet the government requirement as identified above may result in no further consideration given to your quote. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/ TO REGISTER, GO TO URL: http://www.ccr.gov/. Upon request, the Contracting Officer will make the full text available of the following provisions and clauses that apply: 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text and will be incorporated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors,. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Questions are due by not later than 12:00 P.M. eastern standard time, 8 July 2010. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Quotes will be due by 12:00 P.M. eastern standard time, 15 July 2010. Email quotes will be accepted at Nathan.lieber@us.army.mil, reference RFQ# W912L2-10-T-0014 in the subject line. FAX quotes will be accepted AT 602-267-2429. Quotes can also be mailed to AZAA-PFP, USPFO FOR ARIZONA, 5645 E. MCDOWELL RD, PHOENIX, AZ 85008.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-10-T-0014/listing.html)
 
Place of Performance
Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
Zip Code: 85008-3442
 
Record
SN02194558-W 20100703/100701235630-8a42a2c06a9a74143e42cad4270aaea1 (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.