COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,2000 PSA#2672 US Army Tank -- Automotive and Armaments Command -- Rock Island(
TACOM-RI) Attn: AMSTA-CM-CR, Rock Island, IL 61299-7630 10 -- BAYONET KNIFE AND BAYONET SCABBARD FOR M7 BAYONET SOL
DAAE20-00-T-209 DUE 090600 POC Contract Specialist: Elvia Jaggers,
(309) 782-3271, PCO: Jerry Yowell, (309) 782-6736 This is a combine
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation Subpart 12.6 as a
supplement with additional information include in this notice. This
acquisition is 100% Small Business Set Aside. This announcement
constitutes the only solicitation; no written proposals will be issued.
The solicitation number for this acquisition is DAAE20-00-T-0209 under
simplified acquisition procedures. DESC: NSN: 1095-00-073-9238,
Bayonet-Knife, Part Number 11010077, 834 each; and NSN
1095-00-223-7164, Scabbard, bayonet, Part Number 8448476, 1893 each.
FOB is Origin. For use on the M7 Bayonet. Estimated issue date is 23
Aug 2000. The SIC code is 3484 and business size 1000 This solicitation
will be issued electronically in accordance with 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 this
proposal. 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. Delivery
shall be 120 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." 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. Signed
and dated offers are due by 3:30 PM Central daylight time, September
06, 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/Elvia Jaggers,
(309) 782-3818(FAX No. This solicitation incorporates a Technical Data
Package (TDP) that cannot be provided via the internet. Note 1 applies
to this acquisition. Posted 08/23/00 (W-SN489312). (0236) Loren Data Corp. http://www.ld.com (SYN# 0154 20000825\10-0001.SOL)
| 10 - Weapons Index
|
Issue Index |
Created on August 23, 2000 by Loren Data Corp. --
info@ld.com
|
|
|