Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

99 -- Ammunition

Notice Date
8/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
E3960080321
 
Response Due
9/8/2008
 
Archive Date
8/22/2009
 
Point of Contact
Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;<br />
 
Small Business Set-Aside
Total HBCU
 
Description
Combined Synopsis/Solicitation 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; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q3960080371 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 332992; the size standard is less than 1000 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-25. This procurement is a commercial item. The estimated magnitude of this procurement is between $80,000.00 to $100,000.00 In accordance with Federal Acquisition Regulation Chapter 19.1305, the Government shall set-aside all procurements with a dollar threshold over $100,000 to be set-aside for HUBZone, small business concerns. This procurement is 100-percent set-aside for HUBZone, small business concerns. To confirm if your firm is in a HUBZone area, search the web at https://eweb1.sba.gov/hubzone/internet. Look for the link "Are you in HUBZone". Then look for the entry of "To Determine if an Address is Located in a HUBZone". Type your address. If your company is located in a HUBZone area, you must certify your company with the Small Business Administration. Your company's name must be included on the Small Business Administration's listing to be considered as a HUBZone small business for your quote to be evaluated under the small business HUBZone set-aside.However, if this office does not receive any acceptable quotes from qualified HUBZone, small business concerns, the set-aside will roll over to a 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having 500 employees or less. If your company's has 1000 employees or less, your company is considered small business under this procurement. However, if this office does not receive any acceptable quotes from qualified small business concerns. HUBZone small business concerns, Small businesses and Large businesses are encouraged to offer a quote. The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering of ammunition, to U.S. Park Police, 1901 Anacostia Drive, S. E., Washington D.C. 20020. GENERAL REQUIREMENTS: 1.The ammunition shall be manufactured to the specifications and recommended standards of the Sporting Arms and Ammunition Manufacturers Institute (SAAMI). 2.No component of the round shall have been used previously. Reloaded ammunition is unacceptable. 3.The cartridge case must conform to the recommended specifications of the SAAMI. 4.The cartridge case shall bear the head stamp of the manufacturer and the caliber of the round. 5.The primer shall be sealed to prevent the entrance of moisture, which could alter the performance of cartridge components in various environmental conditions. 6.The projectile shall be sealed in the cartridge case to prevent the entrance of moisture which could alter the performance of cartridge components under operational circumstances. 7.The vendor must be capable of conducting continuous in-house quality control testing to ensure chamber pressures and velocities are maintained in accordance with the recommended specifications of the SAAMI. SPECIFIC REQUIREMENTS: 1.9mm a.must match the performance, grain weight and bullet type as determined by testing conducted by the Ballistic research Facility, FBI Academy, Quantico, VA and summarized on their FBI Ammunition Test Summary for the Speer 124 grain GDHPb.must be 124 grain jacketed hollow pointc.must be standard velocity law enforcement ammunition (no +P or +P+)d.must be capable of developing an average muzzle velocity between 1000 and 1200 fps from a SAAMI test barrele.must be nickel plated casef.must be newly manufactured case and projectile (no reloaded or remanufactured ammunition)g.must be manufacturer certified as appropriate for law enforcement useh.must function* in the H & K P7 and the H & K MP52..45 a.must match Speer 230 grain GDHPb.must be 230 grain jacketed hollow pointc.must be standard velocity law enforcement ammunition (no +P or +P+)d.must be capable of developing an average muzzle velocity between 800 and 900 fps from a SAAMI test barrele.must be nickel plated casef.must be newly manufactured case and projectile (no reloaded or remanufactured ammunition)g.must be manufacturer certified as appropriate for law enforcement useh.must function* in the H & K 453..223 a.must match Federal 55 grain JHPb.must be.223 Remington 55 grain jacketed hollow pointc.must be capable of developing an average muzzle velocity between 3100 and 3300 fps from a SAAMI test barreld.must be newly manufactured case and projectile (no reloaded or remanufactured ammunition)e.must be manufacturer certified as appropriate for law enforcement usef.must function* in the M16, Colt M4 and the H & K 534..223 a.must match Federal 62 grain Tactical Bondedb.must be.223 Remington 55 grain tactical bondedc.must be capable of developing an average muzzle velocity between 2950 and 3150 fps from a SAAMI test barreld.must be newly manufactured case and projectile (no reloaded or remanufactured ammunition)e.must be manufacturer certified as appropriate for law enforcement usef.must function* in the M16, Colt M4 and the H & K 535.The 12 gauge tactical rifled slug must be 1 ounce in weight, 2 in length, hollow point, and have the following velocities (feet per second):a.Muzzle1300b.25 yards1146c.50 yards1040d.75 yards966e.100 yards909f.125 yards860and must function* in the Remington 870 * Functioning is defined as the feeding, chambering, locking, firing, unlocking, extracting, and ejecting cycle. There are six line items as follows: 1. 9MM 62,000 Rounds 1000 Rounds/Case Case Price $______ Total Price for 62 Cases $___________2..45 Auto 35,000 Rounds 1000 Rounds/Case Case Price $______ Total Price for 35 Cases $___________3..223 55,500 Rounds 500 Rounds/Case Case Price $______ Total Price for 111 Cases $___________4..223 15,000 Rounds 200 Rounds/Case Case Price $______ Total Price for 75 Cases $___________5. 12 GA Slug 5,000 Rounds 250 Rounds/Case Case Price $______ Total Price for 20 Cases $___________6. Shipping Costs Lump Sum $________________________7. Total of Quote: $__________________________________ No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer; i. The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated; ii. The contractor shall warrant all parts and labor for a period of two (2) years from the date of acceptance. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. F.O.B. Point: Destination or another location as agreed upon by the Contracting Officer. Delivery Required: Please state delivery time on quote, inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-3 Notice of Total HUBZone Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-39 Notification of Employee Rights ConcerningPayment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons, FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification of model being offered, and 3. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items and a copy of the manufacturer's specification sheet and any other literature directly related to the motorcycle and sidecar offered. All offers must also include the unit prices A through E. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 4:00 pm EST September 8, 2008 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394. Email keith_boockholdt@nps.govAll responsible sources may submit a quote which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1356fbf1a2292a14426627476279d627&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC<br />
Zip Code: 22042<br />
 
Record
SN01649297-W 20080824/080822224051-1356fbf1a2292a14426627476279d627 (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.