Federal Bid

Last Updated on 19 Feb 2009 at 9 AM
Combined Synopsis/Solicitation
North carolina

Riflescope

Solicitation ID F3MT249008G003
Posted Date 09 Jan 2009 at 8 PM
Archive Date 19 Feb 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Headquarters Field Assistance Division
Agency Department Of Defense
Location North carolina United states

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. The Purchase Request Number F3MT249008G003 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-29. This procurement is being issued as 100% Small Business Concern. The Associated North American Industrial Classification Standard (NAICS) Code is 333314, Size Standard 500 employees or under. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule by brand name. The contractor shall provide the following Contract Line Item Numbers (CLIN):

CLIN 0001 Riflescope, Close Quarter Battle (CQB) Police Marksman (PM) 1.1-4x20; with CQB Reticle PM. Includes 223 caliber load, Locking Turrets, separate turret with 11 click stops that controls the illumination function of a precise red dot at the center of the riflescope reticle and 4 bullet drop compensators that are supplied for 5.56 mm cartridges (including the 62 gr. Green Tip, 75 gr. Hornady TAP, and the SR25 with M118R16 and M118 LR20 loads). QTY: 60 each. Manufacturer: Schmidt & Bender; Manufacturer Part: 946SD855.

This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 30 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contract Office, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308. The following factors will be used to evaluate offers; (1) Price (2) Delivery. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. The factor of price is slightly more important than delivery. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Offer shall provide at least two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.204-7 Central Contractor Registration, FAR Clause 52.212-2 Evaluation - Commercial Items, FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items: Online Representations and Certifications ORCA are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.232-33 Payment by Electronic Funds Transfer, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.225-7001, Buy American Act and Balance of Payment Program.
QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price and total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used . (4) Delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 2 Feb 2009. The preferred method for submitting quotes is by email ([email protected]). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)243-0249 the POC for confirmation is Travis Davis at (910)2430355. Any questions referencing this solicitation will be submitted in writing via email at [email protected], not later than 26 Jan 2009. The point of contact for this solicitation is Travis Davis, Contract Specialist at (910)243-0355 or email listed above.

Point of Contract

Travis Davis, Contract Specialist, Phone 910-243-0355, Fax 910-243-0249, Email [email protected]

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Aug 2012 at 5 PM
Pittsburgh Pennsylvania Not Specified
Irving Texas 01 Dec 2021 at 5 AM
Location Unknown 22 May 2014 at 6 PM
North carolina 02 Jun 2010 at 9 PM

Similar Opportunities

New braunfels Texas 31 Jul 2025 at 7 PM
Huntsville Alabama 29 Aug 2025 at 5 PM
Starkville Mississippi 17 Jul 2025 at 10 PM
Albany California 11 Jul 2025 at 12 AM
Starkville Mississippi 17 Jul 2025 at 10 PM