COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS
10 -- LOCKING BLOCK
- Notice Date
- May 24, 2001
- Contracting Office
- US Army Tank -- Automotive and Armaments Command -- Rock Island( TACOM-RI) Attn: AMSTA-CM-CR, Rock Island , IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- DAAE20-00-T-0338
- Response Due
- May 31, 2001
- Point of Contact
- Maria Vera (309) 782-0154, PCO Jerry Yowell (309) 782-6736
- Description
- This is a combined synopsis/solicitation for commercial items 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 the only solicitation, a written solicitation will not be issued. This acquisition will be procured Sole Source from Beretta USA, 17601 Beretta Drive, Accokeek, MD 20607-9503. The solicitation number is DAAE20-00-T-0338 under Simplified acquisition procedures. DESC: 1005-01-204-4340. Part Number 9346425 (Contractor's Commercial Part Number C54048). Requirements are 4814 each Locking Block. Item must be Phosphate Coating. Best Commercial Practices for Packing and preservation in accordance with MIL-STD-129, Rev N, dated 15 May 97. FOB is Destination. The NAICS code is 332994. Published for subcontracting purposes only. Offers from concerns other than the above are not solicited. This proposed action is for supplies for which the Government does not own specifications and drawings to permit full and open competition. Firms that recognize and can produce the required item(s) are encouraged to identify themselves to the contracting officer, and provide supporting evidence which will permit their participation in futures solicitations. Interested vendors should contact prime contractor listed above. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. Solicitation provisions 52.212-1 Instructions to Offerors Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration are hereby incorporated by reference. The following FAR clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 52.212-2 Evaluation Commercial Items (Jan 1999) and 52.212-3 Offerors Representations and Certifications Commercial Items (Feb 2000). A completed copy of these representations and certifications must be submitted with proposal. Offeror Representations and Certifications can be obtained by calling the point of contact listed in this notice. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2000). In addition to the listed FAR provisions and clauses, Offeror must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. Delivery shall commence 120 days after receipt of contract award or sooner. Offeror must provide earliest delivery time and payment terms. Inspection and acceptance shall be in accordance with commercial practices. Certificate of Conformance is required. 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 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 offer is due by 3:30 PM Central daylight time, May 31, 2001. In accordance with Clause FAR 52.215-5 Facsimile Proposals, Offeror is to use the following address and telephone number for data faxed proposal: TACOM-RI, ATTN: AMSTA-LC-CSC-C/Maria Vera, (309) 782-0154 and FAX No. 309-782-3813. Note: 22 applies.
- Record
- Loren Data Corp. 20010529/10SOL001.HTM (W-144 SN50N064)
| 10 - Weapons Index
|
Issue Index |
Created on May 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|