Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25, 2000 PSA #2713
SOLICITATIONS

10 -- HANDGUARD ASSEMBLY

Notice Date
October 23, 2000
Contracting Office
US Army Tank -- Automotive and Armaments Command -- Rock Island( TACOM-RI) Attn: AMSTA-CM-CR, Rock Island , IL 61299-7630
ZIP Code
61299-7630
Solicitation Number
DAAE20-01-R-0008
Response Due
November 9, 2000
Point of Contact
Contract Specialist: Bobbie Stegall (309) 782-3618, PCO: Jerry Yowell (309) 782-6736
E-Mail Address
Click here to contact the contract specialist via (stegallb@ria.army.mil)
Description
This is a Best Value Source Selection for the M16 Handguard Assembly, NSN: 1005-01-134-3629, Part Number: 9349059 using a combined synopsis/ solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is a 100% Small Business Set-Aside, issued using simplified acquisition procedures, test program, as authorized by FAR Part 13.500. This announcement constitutes the only solicitation and a written solicitation will not be issued. Proposals/offers are requested for this Solicitation, Number DAAE20-01-R-0008. The government intends to evaluate proposals/offers, without discussions with offerors, and award a firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract, with five pricing periods. The total guaranteed minimum quantity is 19,700 each. The government reserves the right to make up to two awards. If multiple contracts are awarded, each successful offeror will be awarded one half (9,850) of the total guaranteed minimum quantity contract quantity of 19,700. Offerors should be aware that the government is not obligated to award any additional requirements or place any additional delivery orders other than the first delivery order for the guaranteed minimum quantity. Since no discussions are intended, each initial offer or proposal should contain the offeror's best terms from a price and delivery standpoint. Offerors shall submit prices for both pricing options for the guaranteed minimum quantity -- 19,700 for award to a single offeror or 9,850 for award of the minimum guaranteed quantity split between two offerors; and for all quantity ranges and pricing periods on the Price Evaluation Sheet located at the following website: http://aais.ria.army.mil/aais/SOWandSPECS/index.htm. Any omissions on the pricing sheet or failure to propose prices for the minimum guaranteed quantity and on every range and pricing period shall result in rejection of that proposal/offer and no further consideration shall be given to that offeror's proposal/offer. Offeror's prices submitted for the guaranteed minimum quantity shall be firm fixed price and are non-negotiable. The prices submitted for any possible additional quantities under "Pricing Period 1" and "Pricing Period 2" through "Pricing Period 5" shall be the proposed/offered ceiling price for each range and pricing period and will be used for any additional requirements and for evaluation purposes to determine the total evaluated price. The offeror shall be bound by the unit price(s) proposed in the Pricing Evaluation Sheet. If a single award is made for the guaranteed minimum quantity of 19,700 handguards, delivery of 5,000 each is required 120 days after award and 5,000 each per month thereafter until completion. If the minimum guaranteed quantity is split between two offerors, each awardee shall be required to delivery 5,000 each within 120 days after award and 4,850 each 150 days after award of contract. Delivery shall be FOB Origin. This item is in a critical supply position. The best possible delivery is required. The government will evaluate past performance and price. Past performance is more important than price. The government reserves the right to award to other than the lowest price, responsible/responsive offeror. Offerors 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 Agency (DCMA) Preaward Monitor, etc. The SIC code is 332994 and the small business size standard is 1,000 employees. Any contract awarded as a result of this solicitation will be a DO-A5 rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the contractor will be required to follow all of the requirements of this regulation. This solicitation and any resulting contract include documents in the Technical Data Package that are proprietary. Clause 52.227-4577, Notice of M16 Series Rifle Requirements and 52.227-4576, M16 License Agreement Requirement apply. In order to receive the technical data package, offerors are required to execute a nondisclosure agreement binding each offeror to the terms and conditions of the agreement. A copy of the nondisclosure agreement can be found at the web site listed above or may be requested from TACOM-Rock Island, ATTN: AMSTA-LC-CSC-C/Ms. Bobbie Stegall, 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 the original copy 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 CBD in order to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of quotations may render your quotation nonresponsive and it may be rejected. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The following FAR clauses are incorporated by reference: 52.212-1, Instructions to Offerors-Commercial Items (Oct 00); 52.212-4, Contract Terms and Conditions-Commerical Items (May 99); The following additional FAR, DFARS, and TACOM clauses apply to this solicitation and any resultant award: 52.212-3 Offeror Representations and Certifications -- Commercial Items, Alternate I (Oct 00); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 00). The following additional FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.222-3, Convict Labor (E.O. 11755); 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067); 52.233-3, Protest After Award (31 U.S.C. 3553); 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)); 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). 52.215-1, Instructions to Offerors-Competitive Acquisitions (Feb 00); 52.215-19, Order Limitations (Oct 95); 52.216-18, Ordering (Oct 95); 52.216-22, Indefinite Quantity (Oct 95); 52.216-27, Single or Multiple Awards (Oct 95); 52.233-4503, AMC-Level Protest Program (Jun 98); 52.242-10, FOB Origin-Government Bills of Lading or Prepaid Postage (Apr 84); 52.242-12, Report of Shipment REPSHIP) (Jul 95); 52.245-4575, Demilitarization Small Arms Weapons and Parts, and Accessories (Category I Munitions List Items) (Feb 95); 52.245-4576, Notice of Demilitarization Requirement (Mar 95); 52.246-2, Inspection of Supplies -- Fixed Price (Aug 96); 52.246-16, Responsibility for Supplies (Apr 84); 52.246-4500, Material Inspection & Receiving Reports (DD Form 250) (May 00); 52.246-4528, Rework and Repair of Nonconforming Material (May 94); 52.247-29, FOB Origin (Jun 88); 52.247-61, FOB Origin Minimum Size of Shipments (Apr 84); 52.247-65, FOB Origin, Pre-Paid Freight-Small Package Shipments (Jan 91); 52.247-4531, Cognizant Transportation Officer (May 93); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited in 252.212-7001 are applicable to this acquisition: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7005, Substitutions for Military or Federal Specifications and Standards (Aug 00); 252.242-7003, Application for US Government Shipping Documentation/Instructions (Dec 91); 52.2100-4500, Attachment-Demilitarization by Melting/Demilitarization of Surplus Small Arms Weapons and Parts (Jan 94). In addition to the listed provisions and clauses, all offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. Inspection/Acceptance shall be in accordance with FAR 52.212-4(a), Contract Terms and Conditions -- Commerical Items. The following addenda is added: This acquisition is a "commercial buy" using Government technical data packages (commercial items with minor modifications offered for sale). The contractor shall ship with a Certificate of Conformance. FAR 52.246-15, "Certificate of Conformance (Apr 84)" applies. 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." Signed and dated proposals/offers are due by 3:30 PM Central daylight time, November 9, 2000. In accordance with Clause FAR 52.215-5 Facsimile Proposals, offerors are to use the following address and telephone number for datafaxed quotations: TACOM-Rock Island, ATTN: AMSTA-LC-CSC-C/Bobbie Stegall, (309) 782-3618, FAX No. (309) 782-3813. Note 1 applies.
Web Link
click here to download the Price Evaluation Sheet and (http://aais.ria.army.mil/aais/SOWandSPECS/index.htm)
Record
Loren Data Corp. 20001025/10SOL001.HTM (W-297 SN5049Q1)

10 - Weapons Index  |  Issue Index |
Created on October 23, 2000 by Loren Data Corp. -- info@ld.com