Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535

Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001

10 -- SR-25 SNIPER RIFLE SOL N00164-00-R-0004 DUE 021600 POC Mr. Don Ellison, Contracting Officer, 812-854-5774, FAX 812-854-5095. WEB: Click here to review Crane Division Acquisition Department, http://www.crane.navy.mil/supply/announce.htm. E-MAIL: Click here to contact the Contracting Officer via, ellison_db@crane.navy.mil. 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: a proposal is requested and a written solicitation will not be issued. Solicitation number N00164-00-R-0004 is issued as a Request for Proposal on a Sole-Source basis to Knight's Armament Company. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10 and Defense Acquisition Circular 91-13. The standard industrial classification code (SIC) is 3484. The small business size standard is 1,000 employees. Offer shall be in accordance with FAR/DFAR. Internet address that provides the FAR/DFAR sites is http://www.crane.navy.mil/supply/homepage.htm. This is anticipated to be a Firm-Fixed-Price contract. Contract Line Item Numbers (CLINs) are as follows: CLIN 0001 SR-25 Rifle Systems Each system shallinclude a Special Lightweight Match Rifle (PN 98169) with a 20 inch barrel, a rail adapter system, 2-stage match grade trigger (4.5 lbs), an SR-25 custom bore rod guide, and operator's manual. Accessories for each system shall include: Suppressor (PN 98440); 10 EA 20 Round Magazines (PN 98036); Backup Iron Sights (600 m rear) (PN 97082) Backup Iron Sights (front, free floating rail sys)(PN 99051) Sling Stud (PN 99401) Bipod (Model LM Series S) ratcheting let (PN 200004) Bipod Rail Adapter (PN 98060) Case (Form fitted)(PN 200005) Cleaning Rod (PN 98044) Scope (Var X 3.5 x 10-40) M3 matte scope with 3/4 mil dot reticle (PN 51850) Quantity -- 100 Each CLIN 0002 -- Option for SR-25 Rifle System described in CLIN 0001. Quantity -- 150 Each CLIN 0003 Option for SR-25 Rifle System described in CLIN 0001. Quantity -- 105 Each Required Delivery Schedule is as follows: CLIN 0001, 52 EA due by 15JUL00. Remaining balance of 48 EA from CLIN 0001 due by 15AUG00. CLIN 0002 and CLIN 0003 shall be delivered 180 days after exercising the option. Options shall be exercised no later than 2 years after contract award. Early delivery is acceptable at no additional cost to the Government. Deliver to: Receiving officer, Bldg. 2521-SU, Attn: Mr.. Terry O'Brian, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane In 47522-5001. F.O.B. Destination applies. Deliveries shall be between 0800 and 1500 local time on Monday through Friday, excluding federal holidays. The following clauses and provisions are applicable to this solicitation and resulting contract: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate 1. FAR 52.211-14 Notice of Priority Rating for National Defense Use. This is a DO rated order. FAR 52.211-15 Defense Priority and Allocation Requirement. FAR 52.212-1 Instructions to Offerors-Commercial Items, except paragraphs (d), (e) and (h) which are deleted. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alt III. DFARS 252-212-7000 Offeror Representations and Certifications-Commercial Items. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Additionally, FAR 52.212-4 is tailored to include: (a) Inspection. Inspection of supplies to be furnished hereunder shall be made by cognizant DCMC personnel at the contractor's or subcontractor's plant. The cognizant inspector shall be notified when the material is available for inspection. Final acceptance of the required supplies shall be at destination. At the Contractor's facility, the contractor's acceptance testing of these weapons shall consist of firing 100 rounds for functioning to break-in the weapon. Each rifle, without the suppressor, shall fire four consecutive, five round groups at 100 yards, groups measured center to center, two shall be less than 1 MOA, and the other two shall not exceed 1.5 MOA. One paper target consisting of the 4 groups shall be supplied per weapon. Each rifle, with the suppressor, shall fire four consecutive, five round groups at 100 yards, groups measured center to center, two shallbe less than 1.5 MOA, and the other two shall not exceed 2 MOA. One paper target consisting of the 4 groups shall be supplied per weapon. The place designated for such actions may not be changed without authorization of the Contracting Officer. All required Rifle Systems shall be delivered within the form-fitted case described above in CLIN 0001. Invoices shall be sent to the following address: Ms. JoAnn Moubray, Code 1121A, Bldg. 41SE, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522 and Ms. D. Hupp, Code 0561, Bldg. 3173, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522. (o) Warranty. The contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. In addition, the contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in similar commercial sales, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material listed in the schedule. The contractor shall provide a copy of its standard commercial warranty, if applicable, with its offer. The warranty covers a period of ________ months (Offeror is to insert number.) (t) Contractor Performance Report. The Government will evaluate the performance of the contractor awarded the contract resulting form this solicitation, in accordance with FAR 42.1500. The following performance rating factors will be utilized: Quality, Cost Control, Timeliness of performance, Business Relations. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.212-5 is tailored to include: 52-203-6 Restriction on Subcontractor Sales to the Government, with Alternate I; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222.26, Equal Opportunity (E.O. 11246); 52.222.35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports o Special Disabled Veterans and Veterans of the Vietnam Era; 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels. Additional FAR clauses include: FAR 52.215-5 Facsimile Proposals; and FAR 52.245-12 Stop-Work Order. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.212-7001 is tailored to include: DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252.219-7003 Small Business and Small Disadvantaged Business Subcontracting Plan; DFARS 252.219-7005 Incentive for Subcontracting with Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions; DFARS 252.225-7001 Buy American Act and Balance of Payment program; DFARS 252.225-7012 preference for Certain Domestic Commodities; DFARS 252.233-7000 Certification of Claims and Requests for Adjustment or Relief. Additional DFARS clauses include: DFARS 252.209-7001 Disclosure of Ownership of Control by the Government of a Terrorist Country; DFARS 252.2257-7002 Quality Country Sources as Subcontractors; DFARS 252-225-7014 Preference for Domestic Specialty Metals, Alternate I; DFARS 252.243-7002 Certification of Requests for Equitable Adjustment; and DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. Additional applicable FAR clauses are as follows: FAR 52.203-3 Gratuities; FAR 52.215-43 Audit-Commercial Items; FAR 52.225-11 Restrictions on Certain Foreign Purchases. Due to the nature of this acquisition following additional DFARS clauses are applicable: DFARS 252.223-7002 Safety Precautions for Ammunition and Explosives; DFARS 252.223-7003 Change in Place of Performance-Ammunition and Explosives. The following notices also apply: SPECIAL NOTICE: The Director, Defense Procurement has revised DFARS to require contractors to be registered in the Central Contractor Registration (CCR) as a condition for receipt of contract award effective 01 June 1998. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. For further details regarding the requirements of CCR, offerors are advised to review the requirements of DFAR 252.204-7004 contained herein. EXPEDITING CONTRACT CLOSEOUT (NAVSEA)(DEC 1995)(a) As part of the negotiated fixed price or total estimated amount of this contract, boththe Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed t either part at the end of the contract except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either part associated with collected such small dollar amounts could exceed the amount to be recovered. The offeror shall also provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code (DUNS Number) and Tax identification Number (TIN). Any questions must be submitted in writing immediately to Mr. Don Ellison, telephone 812-854-5774, FAX 812-854-5095 or e-mail to: ellison_db@crane.navy.mil. The offerors written notice and the above required information must be received at this office on or before 16 FEB 00 at 1200PM EST. Numbered Note 22 is applicable. Posted 02/09/00 (W-SN423795). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0178 20000211\10-0002.SOL)


10 - Weapons Index Page