|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1999 PSA#2436US Army Tank -- Automotive and Armaments Command -- Rock Island(
TACOM-RI) Attn: AMSTA-CM-CR, Rock Island, IL 61299-7630 10 -- M16 RIFLE MOD KITS, 5.56MM SOL DAAE20-99-R-0214 DUE 092799 POC
Contract Specialist: Mary Robbins (309) 782-3818, PCO: Roxanne
Spurgetis (309) 782-4886 Synopsis Number 381181 dated September 16,
1999 is amended to a combined synopsis/solicitation for commercial
items prepared in accordance with the format in 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. The
solicitation number is DAAE20-99-R-0214. This solicitation is
restricted to Colt's Manufacturing, FNMI, and SACO, the three companies
in the Small Arms Base pursuant to 10 USC 2431. It is the second bridge
buy for a quantity of each that are urgently needed. The solicitation
is issued as a Request for Proposal. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-45, final rules effective January 1997. The
Standard Industrial Code (SIC) is 3484. Items to be acquired: 13,757
each M16 Rifle Mod Kits, 5.56MM, NSN 1005-01-234-2252, IAW TDPL P/N
12556127, to be used onthe M16A1 Rifle. On document SPI 12556127,
delete REV B and replace with REV C (Hard copy will be provided). Add
the following ECPs: G5S3091, G5S3099, G6S3012, L7S3035, G6S3036,
G6S3135, G6S3147, G6S3149, G6S3157 G6S3160, L7S3006, LS3030, L7S3041,
L7S9451. The following Government Acceptance Inspection Equipment (AIE)
designs drawings, cited elsewhere in the Technical Data, are
appropriate for use during performance of this contract to inspect the
applicable characteristics: All AIE designs specified for critical
characteristics/defects None. Others List by citing individual drawing
numbers or equipment List(s) None. All other Government AIE designs
which are cited in the technical data package list or in any of the
documents in the technical data package are no longer being maintained
current by the Government, and may not reflect the latest component
configuration and are, therefore, included for informational purposes
only. Except for the AIE designs listed above, the contractor is
responsible for the design and submission to the Government for review
of all other AIE in accordance with clause ES7015 specified elsewhere
in Section E of this contract. Delivery will be FOB Origin.
Solicitation provision at 52.212-1, Instructions to Offerors
-Commercial, is hereby incorporated by reference. The line item on this
solicitation will be awarded on an aggregate basis. Only one award will
result from this solicitation. Award will be made to the lowest priced
offer. Delivery will be 150 days after award or sooner. Offerors must
provide earliest delivery time and payment terms. Inspection and
acceptance shall in accordance with commercial practices; i.e.,
Certificate of Conformance. Based on an acquisition strategy that this
solicitation will be a "commercial buy" using Government technical
data packages (commercial items with minor modifications offered for
sale), the following addenda is recommended: "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 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." Technical Data
Package (TDP) is proprietary to Colt's Mfg. Non-disclosure agreements
submitted in response to the original synopsis and/or the first bridge
buy are valid and new ones are not required. Accordingly, the TDP in
your possession may be used to respond to this solicitation and any
resultant contract. If a non-disclosure agreement has not been signed
or submitted for the subject requirement, one must be signed and
submitted prior to the M16 technical data being provided to your
company for proposals offered. Demilitarization Clauses 52.245-4575,
Demilitarization -- Small Arms Weapons and Parts, and Accessories
(Category I -- Munitions List Items) and 52.2100-4500,
Attachment-Demilitarization by Melting/Demilitarization of Surplus
Small Arms Weapons and Parts apply to this solicitation and any
resultant contract. Offerors are reminded to include a completed copy
of the provision at 52.212-3, Offeror Representations and
Certifications can be obtained by calling the point of contact listed
in this notice. Clause 52.212-4, Contract Terms and Conditions --
Commercial Items; Clause 52.212-5, Contract Terms and Conditions
Required to Implement Statutes of Executive Orders -- Commercial Items;
and Clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statues or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, are hereby incorporated by reference.
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 offers are due by 3:00 PM eastern daylight time, September 27,
1999. In accordance with Clause LF6026, Offerors are to use the
following address and telephone number for datafaxed proposals:
TACOM-RI, ATTN: AMSTA-LC-CSC-C/Mary Robbins, (309) 782-3813 (FAX No.).
Posted 09/17/99 (W-SN381680). (0260) Loren Data Corp. http://www.ld.com (SYN# 0113 19990921\10-0001.SOL)
10 - Weapons Index Page
|
|