Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
DOCUMENT

13 -- Match Grade Handgun Ammunition - Attachment 3 - Instructions to Offerors - Attachment 2 - Price Schedule - Attachment 1 - Statement of Work

Notice Date
8/20/2008
 
Notice Type
Attachment 1 - Statement of Work
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 425 I Street, NW, Washington, District of Columbia, 20536-0001, United States
 
ZIP Code
20536-0001
 
Solicitation Number
HSCESS-08-Q-00018
 
Archive Date
9/18/2008
 
Point of Contact
Elaine Foster,, Phone: 404-893-1558, Carmen G. Rios,, Phone: 202-514-2230
 
E-Mail Address
Elaine.Foster@dhs.gov, Carmen.Rios1@dhs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603 of the Federal Acquisition Regulations (FAR), 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 solicitation number for this procurement is HSCESS-08-Q-00018. This procurement is issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. This acquisition is a total set aside for Service Disabled Veteran-Owned Small Business (SDVOSB). The government anticipates awarding multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts as a result of this solicitation. The associated North American Industry Classification System Code (NAICS) is 332992, Small Arms Ammunition Manufacturing, with a $6.5 business size standard. STATEMENT OF WORK: The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), National Firearms and Tactical Training Unit (NFTTU), has a requirement for the following types of ammunition: 9mm Match Grade Ammunition, 38 Special Match Grade Wadcutter Ammunition, and 38 Match Grade Semi-Wadcutter Ammunition. A Statement of Work for this requirement is provided in Attachment 1. PERIO OF PERFORMANCE: The ordering period of performance will be one year with four one-year options. SCHEDULE: Offerors should complete Attachment 2 and return it with the quote. The offeror shall provide the unit price for EACH item as well as the extended price for the base and each optional year. SUBMISSION OF QUOTES: To be considered for award, please submit quotations electronically to elaine.foster@dhs.gov by no later than 3:00 pm local time September 3, 2008. All contractors submitting a response to the solicitation will be required to submit 2,000 rounds of each type of ammunition for qualification testing. Please refer to Attachment 3 for additional submission instructions and evaluation procedures. APPLICABLE CLAUSES: This solicitation incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-26, effective June 12, 2008. Provisions FAR 52.212-1, Instructions to Offerors—Commercial Items (Jun 2008) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: “Submit quotes electronically to Elaine.foster@dhs.gov”. Provision 52.212-2, Evaluation—Commercial Items (Jan 1999) is incorporated by reference with the following insert under (a): “The following factors shall be used to evaluate offers and are in descending order of importance: (a) Technical, (b) Past Performance, and (c) Price.” Provision 52.212-3, Offeror Representations and Certifications—Commercial Items (Jun 2008) is incorporated. Contractors may submit their Online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. Provision 52.217-5, Evaluation of Options (Jul 1990). Provision 52.216-27, Single or Multiple Awards (Oct 1995). Clauses 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2007) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jun 2008), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 1) 52.203-6, Restrictions on Subcontractor Sales to the Government; 2) 52.219-8 Utilization of Small Business Concerns; 3) 52.219-27, Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside; 4) 52.219-28, Post Award Small Business Program Representation; 5) 52.222-3, Convict Labor; 6) 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 7) 52.222-21, Prohibition of Segregated Facilities; 8) 52.222-26, Equal Opportunity; 9) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 10) 52.222-36, Affirmative Action for Works with Disabilities; 11) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 12) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 13) 52.222-50, Combating Trafficking in Persons; 14) 52.225-1 Buy American Act Supplies; 15) 52.225-13, Restrictions on Certain Foreign Purchases; 16) 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; and 17) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. The following additional clauses also apply to this solicitation: 1) FAR 52.209-1, Qualification Requirements (Feb 1995) (insert Statement of Work); 2) 52.216-18, Ordering (Oct 1995) (insert Such order may be issued during the entire period of performance of the contract); 3) 52.216-19 Order Limitations (Oct 1995) (insert under (a) 10,000 rounds, under (b)(1) 1,500,000 rounds, under (b)(2) 3,000,000 rounds, and under (b)(3) 30 days); 4) 52.216-22 Indefinite Quantity (Oct 1995) (insert (f) the Contractor shall not be required to make any deliveries under this contract after six months after the contract ends); and 5) 52.217-7, Option for Increased Quantity – Separately Priced Line Item (Mar 1989) (insert 15 days before contract expiration). 6) 52.217-9, Option to Extend the Term of the Contract (first insert under (a) 1 day prior to contract expiration; second insert under (a) 1 day; and (c) 60 months). This solicitation incorporates the following Homeland Security Acquisition Regulation (HSAR) provisions and clauses: (1) HSAR Provisions 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006) and 3052.247-72, F.O.B. Destination (Dec 2003). (2) HSAR Clauses 3052.242-71, Dissemination of Contract Information (Dec 2003) and 3052.242-72, Contracting Officer’s Technical Representative (Dec 2003). Full text of the FAR and HSAR provisions and clauses can be found at: http://farsite.hill.af.mil/. Central Contractor Registration (CCR): Prospective awardees shall be registered in the CCR database prior to award. Further information on CCR registration can be obtained at the following website: http://www.ccr.gov/. Vendors shall either submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items or ensure that they are current in Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. ORDERING PROCEDURES: The government reserves the right to make multiple awards if it is advantageous to do so. The awards will be made to the Vendors that present the best value to the Government. If the Government determines that it is advantages to make multiple awards, then it will be limited to a maximum of three (3) vendors. In the event that the government decides that it is advantageous to make multiple awards, then those awards will be made to the Vendors that present the best value to the Government. The Contracting Officer shall provide a fair opportunity to each Contractor to be considered for all Delivery Orders exceeding the micro-purchase threshold, except as provided in FAR Part 16.505(b)(2). All questions concerning this synopsis/solicitation must be directed in writing via email to elaine.foster@dhs.gov by no later than 3:00 PM local time August 27, 2008. No questions or inquiries will be accepted by telephone. The distribution of any amendments regarding this acquisition will be accomplished solely through FedBizOpps website. Interested parties are responsible for monitoring this website to assure that they have the most up-to-date information about this acquisition.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=782747b97cccda8f4637174b90974410&tab=core&_cview=1)
 
Document(s)
Attachment 1 - Statement of Work
 
File Name: Instructions to Offerors (Attachment 3 - Instructions to Offerors.doc)
Link: https://www.fbo.gov//utils/view?id=c532bd4ba0e457e5da6d23d1a4ad5632
Bytes: 71.00 Kb
 
File Name: Price Schedule (Attachment 2 - Price Schedule.xls)
Link: https://www.fbo.gov//utils/view?id=4f99fc48e8a96e5c80cd773478f59488
Bytes: 62.50 Kb
 
File Name: Statement of Work (Attachment 1 - Statement of Work.doc)
Link: https://www.fbo.gov//utils/view?id=3e58da779ee6975202bfdae10eccb850
Bytes: 102.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01645356-W 20080822/080820220357-782747b97cccda8f4637174b90974410 (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.