|
COMMERCE BUSINESS DAILY ISSUE OF MAY 18,2000 PSA#2603US Army Tank -- Automotive and Armaments Command -- Rock Island(
TACOM-RI) Attn: AMSTA-CM-CR, Rock Island, IL 61299-7630 10 -- M16A1 MODIFICATION KITS, 5.56MM SOL DAAE20-00-R-0157 DUE 053100
POC Contract Specialist: Mary Robbins (309) 782-3818; PCO: Jerry
Yowell, (309) 782-6736 This is 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 DAAE20-00-R-0157. This solicitation is
restricted to Colt's Manufacturing, FNMI and Saco Defense, Inc., the
three companies in the Small Arms Base pursuant to 10 USC 2431. 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. Item to be
acquired: 2,615 each M16A1 Modification Kits, 5.56MM, NSN
1005-01-234-2252, IAW TDPL P/N 12556127, to be used on the M16A1 Rifle.
Packaging Preservation and level of packing is commercial. Quantity per
unit package is 01. Add the following ECPs: G5S3091, GS3099, G6S3012,
L7S3035, G6S3036, G6S3135, G6S3147, G6S3149, G6S3157, G6S3160, L7S3006,
L7S3030, L7S3041, L8Q2001, G5S2044, and L7S9451. These mod kits include
a counterbore. The following Government Acceptance Inspection Equipment
(AIE) design 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 Lists 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 components
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 ES7018 specified elsewhere
in Section E of this contract. The Higher Level Contract QA
Requirement is ISO 9002. 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 be 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
DCMA. 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 previous
procurement 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 and 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 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 Statutes 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 P.M. eastern daylight time, May 31, 2000.
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 05/16/00
(W-SN455596). (0137) Loren Data Corp. http://www.ld.com (SYN# 0187 20000518\10-0002.SOL)
10 - Weapons Index Page
|
|