Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2006 FBO #1751
SOLICITATION NOTICE

13 -- Misc 7.62 and 9mm ammo

Notice Date
9/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of the Army, Multi-National Forces Iraq, Joint Contracting Command Iraq, JCCIA - Reconstruction (Security & Justice), PCO Annex Baghdad, APO, AE, 09316
 
ZIP Code
09316
 
Solicitation Number
W91GY0-06-Q-0165
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W91GY0-06-Q-0165 is being issued as a Request for Proposal (RFP) using Simplified Acquisition Procedures under FAR 13. The solicitation documents and incorporates provisions and clause are those in effect through Federal Acquisition Circular (FAC) 2005-12, Defense Federal Acquisition Regulation Supplement, and Defense Change Notice (DCN) 20060814. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. NAICS code 423990 applies, solicitation is unrestricted. CLIN 0001 8,000,000 Each Ammo, 7.62 x 39 mm CLIN 0002 1,000,000 Each Ammo, 7.62 x 54 linked (100 rounds per belt) CLIN 0003 10,000,000 Each Ammo, 9 x 19 mm 124 grain ball These items are to be delivered to Abu Ghraib Warehouse, Iraq (Grid Coordinates MB26628726). Delivery is required NLT 90 days after End User Certificate clearance. Ammunition must be manufactured in 2000, or newer. Contractor must submit a certification of at least a five-year shelf life on all ammo, as well as a certification of the year the ammo was manufactured in. All interested and responsible offerors must be able to obtain an export license from the appropriate country. All offerors must submit documentation stating that they can legally export weapons and ammunition. Basis for Award: Award will be made to the lowest price offered who takes no exception to the specifications identified in CLIN 0001-0003. Interested vendors must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. In accordance with 52.212-2, Offers will be evaluated based on technical acceptability, and then price Offerors residing in the United States responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (June 2006), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (June 2005), DFARS 252.223-7001 Hazard Warning Labels (Dec 1991), 252.223-7002 Safety Precautions for Ammunition and Explosives (May 1994), 252.223-7003 Change in Place of Performance-Ammunition and Explosives (Dec 1991), 252.223-7007 Safeguarding Sensitive Conventional Arms, Ammunition, and Explosives (Sep 1999), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (June 2005) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Jan 2006), applies to this acquisition. As per FAR 52.212-1, contractors must submit all pertaining documentation and licensing aforementioned that would allow the business to conduct weapons and ammo trade across international waters, as well as a certification of the shelf life and manufacture year of ammo batches. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005), is incorporated into this RFQ and is an addendum to add the following clause: FAR 52.204-7 Central Contractor Registration. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (April 2006) is incorporated in to this RFQ and the following FAR clauses under paragraph (b) are applicable; 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.233-3, Protest after Award; 52.232-33; 52.229-6 Taxes-Foreign Fixed Price contracts (Feb 2003); 52.223-2, Hazardous Material Identification and Material Safety Data (Jan 1997); Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332);The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6 Authorized Deviations in Clauses. The following DFARS: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (May 2006) applies to this RFQ and the following clauses are applicable under sub-paragraph (a) and (b): 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7001, Buy American Act and Balance of Payments Programs (Jun 2005) (41 U.S.C. 10a-10d, E.O. 10582).; DFARS 252.204-7004 Alternate A (Nov 2003); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Sep 2004); 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea, are also applicable. In addition, US vendors not registered with Central Contractor Registration are ineligible for award. Vendors may register at http://www.ccr.gov/. Interested US vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://orca.bpn.gov/. In addition, interested vendors must complete DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and must include it with quote submissions http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfars252_220.htm#P441_26221). All offers must be received no later than 18 September 2006, 1900 hrs Baghdad Time (1100 hrs Eastern Standard Time) and must be able to respond to the information contained herein. Offers may be emailed to SSgt Benjamin Ackerman at Benjamin.ackerman@pco-iraq.net. Questions can be answered either by email, or by telephone at (703)-544-6494. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email Benjamin Ackerman, Contracting Officer, or Ri?Chard Crivens at Richard.crivens@pco-iraq.net, Contracting Officer, for any questions concerning this requirement.
 
Place of Performance
Address: Abu Ghraib Warehouse, Iraq, GRID COORDINATES MB26628726
Country: IRAQ
 
Record
SN01139141-W 20060912/060910220233 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.