Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19, 2000 PSA #2750
SOLICITATIONS

10 -- M24 SNIPER RIFLE, 7.62MM

Notice Date
December 15, 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-T-0062
Response Due
January 3, 2001
Point of Contact
Contract Specialist, Brenda Boyd 309-782-4066, Contracting Officer, Jerry Yowell, 309-782-6736
E-Mail Address
click here to contact the contract specialist via (bboyd@ria.army.mil)
Description
This is a combined 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, a written solicitation will not be issued. Sole Source to Remington Arms Co. Inc., 14 Hoeffler Avenue, Ilion, NY 13357. The solicitation number is DAAE20-01-T-0062 under Simplified acquisition procedures. DESC: 1005-01-240-2136. Part Number 12011886. Requirements are 48 each M24 Sniper Rifle, 7.62MM. Packing and preservation in accordance with MIL-STD-2073-1, Rev C, dated 1 Oct 96. Contractor should enclose Certificate of Conformance with the M24 Sniper Rifles, 7.62MM. FOB is Origin. The NAICS code is 332994. The contractor listed is a large business. Published for subcontracting purposes only. Offers from concerns other than the above are not solicited. This proposed action is for supplies for which the Government does not own specifications and drawings to permit full and open competition. Firms that recognize and can produce the required item(s) are encouraged to identify themselves to the contracting officer, and provide supporting evidence which will permit their participation in future solicitations. Interested vendors should contact prime contractor listed above. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. Solicitation provisions 52.212-1 Instructions to Offerors Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration are hereby incorporated by reference. The following FAR clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 52.212-2 Evaluation -- Commercial Items (Jan 1999) and 52.212-3 Offerors Representations and Certifications -- Commercial Items (Feb 2000). A completed copy of these representations and certifications must be submitted with proposal. Offeror Representations and Certifications can be obtained by calling the point of contact listed in this notice. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2000). In addition to the listed FAR provisions and clauses, Offeror must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. Delivery shall commence 120 days after receipt of contract award or sooner. Offeror must provide earliest delivery time and payment terms. Inspection and acceptance shall be in accordance with commercial practices. Certificate of Conformance is required. 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 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 offer is due by 3:30 PM Central daylight time, January 3, 2001. In accordance with Clause FAR 52.215-5 Facsimile Proposals, Offeror is to use the following address and telephone number for datafaxed proposal: TACOM-RI, ATTN: AMSTA-LC-CSC-C/Brenda Boyd, (309) 782-4066 and FAX No. 309-782-3813.
Record
Loren Data Corp. 20001219/10SOL002.HTM (W-350 SN509086)

10 - Weapons Index  |  Issue Index |
Created on December 15, 2000 by Loren Data Corp. -- info@ld.com