Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
MODIFICATION

13 -- VARIOUS NONSTANDARD AMMUNITION ITEMS FOR ISLAMIC REPUBLIC OF AFGHANISTAN

Notice Date
8/13/2007
 
Notice Type
Modification
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J07R0132
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
Point of Contact
BRETT LUCHSINGER,Contract Specialist,(309)782-3869 or KIM M. JONES,Contracting Officer,(309)782-0571
 
E-Mail Address
Email your questions to HQ ARMY SUSTAINMENT COMMAND
(BRETT.LUCHSINGER@US.ARMY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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 announcement constitutes t he only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W52P1J-07-R-0132 issued as an RFP. This solicitation is a 100% Small Business Set-Aside. The NAICS code is 332993 and the small business size standard is 1,500 employees. The Government intends to award a single firm fixed price contract for the CTS Model 6214 Thermite Incendiary and CTS Model 7290M Tactical Mini-Bang. This is an FMS requirement for the Islamic Republic of Afghan i stan. Requirements are for CTS Model 6214 Thermite Incendiary for a quantity of 2,422 each and CTS Model 7290M Tactical Mini-Bang for a quantity of 29,664 each. Offerors must propose on both items and a single award will be made on the basis of price. D elivery will be FOB ORIGIN if ammunition source originates in the Continental United States (CONUS). Required Delivery Date will be 60 days after award of contract. The best possible delivery is requested. Package in cartons in accordance with best co mme rcial practices for international shipment. INSPECTION & ACCEPTANCE: The DD250 signed by the USG is required for proof of acceptance and is to be performed FOB ORIGIN. The solicitation document and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-18. It is the responsibility of any interested parties to periodically check for any amendments to this solicitation. Solicitation provision 52.212-1, Instructions to Offerors-Commercial, applies to this acqu isit ion and is hereby incorporated by reference. A completed copy of 52.212-3, Offeror Representations and Certifications - Commercial Items must be submitted with proposals. The following FAR clauses apply to this acquisition: 52.212-4 Contract Terms an d Con ditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration, 252.212-7001, Contract Terms and Co nditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and are hereby incorporated by reference. In addition to the listed FAR provisions and clauses are incorporated by reference, 52.223-3 Hazard ous Material Identification and Material Safety Data, 252.223-7001 Hazard Warning Labels, 252.223-7007 Safeguarding sensitive conventional arms, ammunition & explosives, 252.223-7002 Safety precautions for ammunition & explosives, 252.223-7003 Chan ge in pl ace of performance-ammunition & explosives, 252.212-4501 Electronic Award Notice, 52.222-1100 10 U.S.C. 4543 Pilot Program, 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales, 252.225-7028 Exclusionary Policies & Practices of F oreign Go vernments and 252.229-7001Tax Relief. Offerors must provide a Commercial and Government Entity Code (CAGE) on their proposal. Signed and dated offers are due by 3:30 PM Central daylight time, September 4, 2007. Direct any questions prior to the applicab le closing date in writing to: Headquarters, US Army Sustainment Command, ATTN: AMSAS-ACA-R/Brett Luchsinger, 1 Rock Island Arsenal, Rock Island, IL 61299-6500 telephone number (309) 782-3869 or email: brett.luchsinger@us.army.mil.
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-ACA-R Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01370996-W 20070815/070813221454 (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.