SOLICITATION NOTICE
69 -- SMDC ARSTRAT requirement for Simunition training aids and devices for 53rd Signal Bn.
- Notice Date
- 3/22/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332994
— Small Arms Manufacturing
- Contracting Office
- U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-06-T-0006
- Response Due
- 3/30/2006
- Archive Date
- 5/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions 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. This solicitation is issued as Request for Quote (RFQ) Number W91260-06-T-0006 and is a 100% Small Business set-aside. This solicitation docum ent and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. Standard Industrial Classification number is 5941. NAICS number is 332992. Business Size Standard is 1000 employees. DESCRIPTION: 150 sets of Simunition(R) training aids for the 53rd Signal Bn. The following specifications are issued as Brand Name or equal specifications. With that, the term 'or equal' is not added to each item/component description, but is instead stat ed here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within fourteen (14) business days after receipt of Purchase Order, to include all associated parts, components, and hardware, as descr ibed below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0005. Offerors shall structure their proposal to include a price for: CLIN 0001- Simunition M-16 Bolt Conversion,Simunition P/N 5308990, Quantity: 150 EA CLIN 0002- Simunition Protective Mask,Simunition P/N 8971530, Quantity: 150 EA CLIN 0003- Simunition Throat Collar,Simunition P/N 8971196, Quantity: 150 EA CLIN 0004- Simunition Groin Protector, Male,Simunition P/N 8971516, Quantity: 120 EA CLIN 0005- Simunition Groin Protector, Female,Simunition P/N 8971515, Quantity: 30 EA Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or serv ices not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the o fferor's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within fourteen (14) busi ness days after receipt of Purchase Order, which presumes contract award no later than 30 March 2006. Delivery/Acceptance point is HQ US Army Space and Command, SMDC-LG-O-W, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are betw een the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 3:00 PM, Mountain Time, 27 March 2006. Payment of invoice(s) shall be by Government credit card under the Order contemplated. The successful offeror shall be responsible for any/all bank fees incurred in connection with accepting payment of invoice(s) by Government credit card. The refore, offerors are responsible for ensuring payment of invoice(s) by Government credit card is included as a factor in the basis of their quote or proposal. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The follo wing evaluation criteria shall be used to evaluate offers: (1) Technical/Functional capability - ability to provide the p roducts stated herein of the same or better functional and physical characteristics; (2) Schedule - ability to meet or exceed required delivery date for all items described in CLINs 0001 - 0005 above; (3) Past Performance - ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price and accepting payment of invoice by Government credit card - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal informatio n (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the sched ule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provid ed in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth ther ein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and C onditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses : 52.222-26, Equal Opportunity, 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 on Special Disabled Veterans and Veterans of Vietnam Era, 52.2 25-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003 , Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Techni cal Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space and Missile Defense Command, ATTN: SMDC-RD-CM-W, 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date/time set for receipt of proposal s - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 3:00 PM (Mountain Time) 27 March 2006. The point of contact for all information regarding this acquisition is Leah Pau ls at (719) 554-8448, fax (719) 554-8405 or at e-mail leah.pauls@smdc-cs.army.mil.
- Place of Performance
- Address: U.S. Army Space Command ATTN: SMDC-CS Peterson Air Force Base CO
- Zip Code: 80914-4914
- Country: US
- Zip Code: 80914-4914
- Record
- SN01012529-W 20060324/060322212710 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |