Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

10 -- Remington Firearms, Apostle Islands National Lakeshore, Bayfield, WI

Notice Date
8/20/2010
 
Notice Type
Presolicitation
 
Contracting Office
MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
Q6140100507
 
Response Due
8/27/2010
 
Archive Date
8/20/2011
 
Point of Contact
Karen Schultz Contract Specialist 4026611664 karen_schultz@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
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 for this requirement is Q6140100507. It is issued as a Request for Quotation. This is a total small business set aside and is issued using NAICS 332994. The associated small business size standard for this NAICS is 1,000 and is stated in regard to the number of employees. Delivery of all items shall be made FOB destination to the following address: National Park Service; Apostle Islands National Lakeshore; Attention: Jason Johnson; 37705 Roys Point Road; Bayfield, Wisconsin 54814. Delivery shall be made within 60 days of receipt of a Government purchase order. Offers are due August 27, 2010 by 4:00 pm local time and shall be mailed to: National Park Service; Midwest Regional Office; Attention Karen K. Schultz; 601 Riverfront Drive; Omaha, NE 68102. ALL OFFERS SHALL BE MARKED WITH THE CITED SOLICITATION NUMBER. For information regarding this solicitation, contact Contracting Officer Karen K. Schultz at via email at karen_schultz@nps.gov.********************************************************************************************************************************The required items and quantities are provided below, with space for pricing. Each offer shall provide an itemized pricing breakdown as indicated below: CLIN 0001- Remington model 700 - #5739 Remington model 700 Police LTR.308 caliber, fluted barrel - 3 EA $_______________(unit price); $_________________(extended)CLIN 0002 - Recrown Barrel - Cut and recrown barrel to 18.5" - 3 EA $_______________(unit price); $_________________(extended)CLIN 0003 - Thread with protector - 5/8" x 24 thread with protector - 3 EA $_______________(unit price); $_________________(extended)CLIN 0004 - Pillar bed action (65 in. pounds) - 3 EA $_______________(unit price); $_________________ (extended)CLIN 0005 - Tune trigger to 3 pounds - 3 EA $_______________(unit price); $_________________ (extended)CLIN 0006 - Timney trigger - 3 EA $_______________(unit price); $_________________(extended)CLIN 0007 - Refinish barreled action - all weather black finish - 3 EA $_______________(unit price); $_________________(extended)CLIN 0008 - M.A.R.S. rail system - 3 EA $_______________(unit price); $_________________(extended)CLIN 0009 - MK4 Leupold rings 30 mm high matte finish - 3 EA $_______________(unit price); $_________________(extended)CLIN 0010 - Leupold MK4 LR/T 4.5-14xx50mm Rifle scope illuminated Mil Dot - 3 EA $_______________(unit price); $_________________(extended)CLIN 0011 - OST/KAC short range day/night vision (forward optic mounting) - 2 EA $_______________(unit price); $_________________(extended)CLIN 0012 - AWC Thunder Trap TI suppressor.30 5/8x24 (8.3)# - 3 EA $_______________(unit price); $_________________(extended)CLIN 0013 - Pelican hard case - FAA approved - waterproof 1750 black - 3 EA $_______________(unit price); $_________________(extended) TOTAL PROPOSED COST (FOB destination) $ __________________________**********************************************************************************************************************************The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circulars. It is the contractor's responsibility to be familiar with applicable provisions and clauses. Provisions and clauses can be found at http://acquisition.gov/far. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with offer submission. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition, and is hereby included by reference. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and follows: The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (2) 52.233-3, Protest after Award (3) 52.233-4, Applicable Law for Breach of Contract Claim (4) (i) 52.219-6, Notice of Total Small Business Set-Aside; (ii) Alternate I; (iii) Alternate II (5) 52.219-28, Post Award Small Business Program Representation (6) 52.222-3, Convict Labor (7) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (8) 52.222-21, Prohibition of Segregated Facilities (9) 52.222-26, Equal Opportunity (10) 52.222-36, Affirmative Action for Workers with Disabilities (11) 52.225-3, Buy American Act/Free Trade Agreements/Israeli Trade Act; Alternate I; Alternate II (12) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause 52.222-36, Affirmative Action for Workers with Disabilities. While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause 52.212-5)END OF SYNOPSIS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6140100507/listing.html)
 
Place of Performance
Address: Delivery to: National Park ServiceApostle Islands NL37705 Roys Point Rd.Bayfield, Wisconsin 54814
Zip Code: 54814
 
Record
SN02249648-W 20100822/100820235926-41124d87fa617ef34f29ecee927f642a (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.