Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533

US Army Tank -- Automotive and Armaments Command -- Rock Island( TACOM-RI) Attn: AMSTA-CM-CR, Rock Island, IL 61299-7630

10 -- HANDGUARD ASSEMBLY FOR THE M16 RIFLE SOL DAAE20-00-R0089 DUE 022100 POC Tammy Kuhl, Contract Specialist, (309) 782-3618 This is a combine synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 DAAE20-00-R-0089 under Simplified acquisition procedures, test program, and is a 100% Small Business Set-A-side. DESC: 1005-01-134-3629, Part Number 9349059. Requirements are 90,521 each, Handguard Assemblies. FOB is Origin. For use on the M16 Series Rifle. The SIC code is 3484 and the small business size standard is 1,000 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. License Agreement with Colt's Manufacturing Inc. requires manufacturing within the United States and Territories. Offerors are hereby notified of the following requirement: In order to receive the solicitation and technical data package, offerors are required to execute a nondisclosure agreement binding each bidder to the terms and conditions of the agreement. Copies of the nondisclosure agreement shall be requested from TACOM-RI, ATTN: AMSTA-LC-CSC-C/Ms. Tammy Kuhl, Rock Island, IL 61299-7630. An official authorized to legally bind the company must sign the nondisclosure agreement. Upon execution of the nondisclosure agreement, return an original copy, certified mail to the above address. All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. 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 tothe date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same. Proposed contract is 100% small business set-aside. Solicitation provision at 52.212-1, Instructions to Offerors -Commercial, is hereby incorporated by reference. Only one award will result from this solicitation. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (Aug 1998). 52.212-2 Evaluation -- Commercial Items (Jan 1999). 52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 1999). Completed representations and certifications shall accompany proposals. A copy of these representations and certifications must be submitted with proposal. 52.212-4 Contract Terms and Conditions -- Commercial Items (Apr 1998). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 1999). 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration. In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government based on price and past performance. Vendors are not required to submit past performance information. The Government will obtain Past Performance information from various sources, such as Contracting Officer knowledge of the offeror, previous contract history and experience, and the Defense Contract Management Command (DCMC) Preaward Monitor, etc. Delivery shall commence 45 days after receipt of contract award or sooner. Offerors must provide earliest delivery time and payment terms. Inspection and acceptance shall in accordance with commercial practices; i.e., Certificate of Conformance. Based on an acquisition strategy that this solicitation will be a "commercial buy" using Government technical data packages (commercial items with minor modifications offered for sale), the following addenda is recommended: "The contractor shall ship with a Certificate of Conformance. The contractor's signed certificate shall be attached on the top copy of the Standard Form 1449 distributed to the payment office or attached to the Contracting Administration Officer copy when contract administration (block 16 of the SF 1449) is performed by the Defense Contract Management Command. In addition, a copy of the signed certificate shall also be attached to or entered on copies of the SF 1449 accompanying the shipment. The certificate shall confirm that supplies or services conform in all respects with all contract requirements, and all statements on the SF 1449. The contractor shall implement and maintain a quality system that ensures the functional and physical conformity of all products furnished under this contract. The quality system shall achieve defect prevention and process control, providing adequate quality controls throughout all areas of contract performance. At any point during contract performance, the Government will have the right to review this quality system to assess its effectiveness in meeting contract requirements. The contractor shall provide the company's 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 Government or contractor technical data, or the contractor makes a significant change in production processes and/or type of material." Technical Data Package (TDP) is proprietary to Colt's Mfg. Non-disclosure agreements submitted in response to the original synopsis and/or the first bridge buy are valid and new ones are not required. Accordingly, the TDP in your possession may be used to respond to this solicitationand any resultant contract. If a non-disclosure agreement has not been signed or submitted for the subject requirement, one must be signed and submitted prior to the M16 technical data being provided to your company for proposals offered. Demilitarization Clauses 52.245-4575, Demilitarization -- Small Arms Weapons and Parts, and Accessories (Category I -- Munitions List Items) and 52.2100-4500, Attachment-Demilitarization by Melting/Demilitarization of Surplus Small Arms Weapons and Parts apply to this solicitation and any resultant contract. Offerors are reminded to include a completed copy of the provision at 52.212-3; Offeror Representations and Certifications can be obtained by calling the point of contact listed in this notice. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders -- Commercial Items; and Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant award: 52.222-26, 52.222-35, 52.222-36 and 52.222-37. Simplified Acquisition Procedures are authorized per FAR Part 13.500. Signed and dated offers are due by 3:30 PM Central daylight time, February 21, 2000. In accordance with Clause FAR 52.215-5 Facsimile Proposals, Offerors are to use the following address and telephone number for datafaxed proposals: TACOM-RI, ATTN: AMSTA-LC-CSC-C/Tammy Kuhl, (309) 782-3618(FAX No. This solicitation incorporates a Technical Data Package (TDP) that cannot be provided via the internet. Vendors who need this TDP in order to prepare a proposal are instructed to request same by submission of an email request to: tacom-ri-tdp@ria.army.mil. Any said requests should contain the following information; CAGE Code (if available), Company Name, Point of Contact (optional), Street Address, City, State, Zip Code, Telephone Number. A TDP will be provided by normal mail after the solicitation has been released to the internet. Note: 1 applies Posted 02/07/00 (W-SN422694). (0038)

Loren Data Corp. http://www.ld.com (SYN# 0140 20000209\10-0001.SOL)


10 - Weapons Index Page