Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
DOCUMENT

10 -- Gunsmith - Gunsmith RFQ

Notice Date
2/5/2009
 
Notice Type
Gunsmith RFQ
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ_0223541
 
Archive Date
4/1/2009
 
Point of Contact
Gary W. Hopkins,, Phone: 703-632-6303
 
E-Mail Address
gwhopkins@fbiacademy.edu
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Bureau of Investigation Quantico Contracts Unit FBI Academy, ERF Bldg 27958-A Quantico, VA 22135 February 5, 2009 ALL OFFERORS: RE: FEDERAL BUREAU OF INVESTIGATION (FBI) REQUEST FOR QUOTE (RFQ) – RFQ-0223541 GUNSMITH SERVICES PROCUREMENT INFORMATION: 1.General Information The FBI hereby solicits your quote to satisfy the requirements as set forth in RFQ-0223541. The quote shall be submitted to the location identified in Addendum to Clause 52.212-1, Instructions to Offerors--Commercial Items Section 1, Submission Quotes. Once the solicitation has been posted, there shall be no telephonic contact regarding this requirement with any FBI employee other than the Contracting Officer. If contact is made the company risks being eliminated from further participation of this requirement. 2.Quote Preparation Proposals are to be submitted in two parts, Part 1-Technical Proposals, Part 2-Cost/Price. If submitting via hard copy, Part 1 – Technical section of the proposal shall be submitted as an original with two additional copies. Part 2 shall be submitted as an original only. If submitting via electronic communications, Part 1 and Part 2 can be submitted as an original. 3.Dates: RFQ Release: February 5, 2009 Questions Due: February 23, 2009 Response to Questions: March 2, 2009 Proposals Due: March 17, 2009 by 11:00 AM, EST. Should you have any questions concerning this acquisition, please contact me at (703) 632-6303, or via e-mail GWHopkins@FBIAcademy.edu. Sincerely yours, Gary W. Hopkins Contract Specialist Finance Division Enclosure (1) DEPARTMENT OF JUSTICE FEDERAL BUREAU OF INVESTIGATION DEFENSIVE SYSTEMS UNIT GUNSMITH REQUEST FOR QUOTATION NUMBER 0223541 SUPPLIES OR SERVICES AND PRICES/COSTS 1.OVERVIEW This solicitation is for Commercial off-the-shelf semiautomatic service of pistols in accordance with Part 12, Commercial Items, of the Federal Acquisition Regulation (FAR). This solicitation is for two Certified Gunsmiths (hereafter known as a Gunsmith). This type of contract provides for the furnishing of an indefinite quantity, within the stated limits from the date of award of this contract for 12 months with four, one-year option periods. Each option period begins on the anniversary date of the contract award. During the life of the contract the FBI shall order the guaranteed minimum quantity of 2000 hours of weapons maintenance. The services shall be performed on a five (5) day, work week during normal business hours between the hours of 0700 through 1730. At times, there maybe exceptions to these scheduled hours, but only at the approval of the Contracting Officer's Technical Representative and/or his designee. The offeror shall furnish the stated minimum, and as ordered, any additional quantity of repair service which may not exceed a maximum of 20,800 hours of weapons maintenance. The Government shall not be required to purchase from the successful offeror(s) any additional quantities after the initial guaranteed minimum. Obligation of funds and specific quantities will be ordered through individual delivery orders. 2.PRICES PROPOSED The FBI solicits your proposal for Gunsmith services in accordance with the Description/Specification/Work Statement, and in the below solicitation documents. The FBI reserves the right to disqualify any proposal that takes exception to any part of this solicitation. If an offeror’s proposal contains proprietary information, such proposals must be so labeled on its face, and all proprietary information contained therein must be clearly identified so that it can be properly safeguarded. CONTRACT LINE ITEM NUMBER (CLIN) #1001: FULL-TIME CERTIFIED GUNSMITH The guaranteed minimum, over the life of the contract, is 2,000 hours of full-time gunsmith services. The maximum over the life of the contract (base year and four, one-year options) is 20,800 hours of full-time gunsmith services. Please provide a fully burden labor rate for the services being proposed. Base Year:$ Per Hour Option Year #1$ Per Hour Option Year #2$ Per Hour Option Year #3$ Per Hour Option Year #4$ Per Hour DESCRIPTION/SPECIFICATION/WORK STATEMENT 1.INTRODUCTION The Federal Bureau of Investigation provides firearms instruction to serving Special Agents, New Agent Trainees, other Federal Special Agents, law enforcement officers from other agencies; provides briefings to visitors and dignitaries; and provides logistical support to the FBI on a world wide basis, conducts substantial research into firearms, ammunition, ballistic protective garments, and related materials. Two Contract Gunsmiths are required to assist in the operation of the Weapons Management Facility (WMF) in repairing and maintaining weapons, conducting inventories, securing FBI property, and performing repairs on FBI owned or approved firearms. The purpose of this contract includes, but is not limited to, support of the FBI's Personally Owned Weapons Program (POW). These efforts are to support the Defensive Systems Unit (DSU), located at the FBI Academy in Quantico, Virginia. 2.TECHNICAL REQUIREMENTS Minimum Qualifications: The following minimum qualifications are required for a Contract Gunsmith providing services to the FBI DSU: •United States citizen •Capable of being awarded a Top Secret security clearance by the federal government. The appropriate clearance must be maintained during the life of the Contract and may require successful completion of periodic and aperiodic (random) security-related FBI polygraph examinations focusing on counterintelligence issues. Refusal to submit to polygraph or failure to successfully complete polygraph examination will result in denial of access, revocation of security clearance, or other appropriate security measures. Should the Contractors be unable to perform the terms and conditions of the Contract as a result of its failure to comply with the Contract's security requirements, the Government shall terminate the Contract at no cost to the Government. •Possess a valid driver's license for the state of residence •Demonstrate substantial knowledge of firearms repair and maintenance procedures, including certification as a gunsmith or armorer •Demonstrate knowledge of inventory techniques for weapons, ammunition, and related supplies •Demonstrate ability to correctly set-up (to close tolerances), and use, machine tools, including the ability to machine necessary repair tools and parts •Demonstrate thorough knowledge of FBI issued firearms including, but not limited to, the Glock 22 and 23 pistols, the SIG Sauer P228 and P229 pistol, Colt 1911 pattern pistols,.308 caliber sniper rifles (predominantly Remington 700 pattern rifles), the Remington 870 shotgun, the Heckler & Koch MP5/10 submachine gun, and the Colt M16 rifle (including the M4 and M16 A2 systems) - such knowledge must include operating controls, disassembly and assembly, safety systems, and safe handling methods •Demonstrate ability to safely handle miscellaneous evidence and seized firearms •Ability to prepare reports and other documents using computer software including Corel WordPerfect and Microsoft Office Nature of Services Contractors are to provide all services in full compliance with existing or subsequently adopted or modified FBI techniques and methods, as provided in written documentation (such as lesson plans, training aids, and armorer’s manuals) and in briefings provided by FBI DSU staff. Services to be provided (as noted above) shall include, but not be limited to, the following: •employ safe weapon handling techniques at all times •participate in inventories of firearms and related materials, and prepare relevant reports as required •safely inspect, disassemble, perform repairs, modifications, upgrades, assemble, disassemble, and perform preventative maintenance, and reassemble FBI owned or approved POW firearms including (but not limited to) Glock pistols, SIG Sauer pistols, Springfield M1911 pattern pistols, Remington shotguns, H&K submachine guns, and Colt pattern rifles and carbines •set up machines at tolerances of.0001, and perform operations including machine and milling with mill ends, key-way cutting, grinding, large and small diameter drilling and boring, inside machining, reaming, threading, cylindrical turning, taper turning, facing, tapping, end cutting, light milling, precision drilling, engine turning, counterboring, etching, disc-cutting, metering, contour and straight cutting, filing, and applying various finishes •assist in the refinishing of firearms including complete weapon disassembly, sandblasting, and Parkerizing •test fire weapons for both function and accuracy •record, package, and secure weapons for lawful destruction and assist FBI personnel during the destruction process •log-in and secure weapons received from special agents attending in-service training and assist them with weapon related issues, problems, questions, and concerns •prepare trainee weapons for issuance in support of New Agent training and quarterly qualifications for FBIHQ special agents and Washington Field Office (WFO) special agents, maintaining accurate logs of such issuance and return •assist with briefings and demonstrations provided to trainees attending re-certification and armorer schools conducted by the DSU •physical requirements include lifting and carrying bulky items, up to 50 pounds in weight TRAINING AND TRAVEL EXPENSES Contractors may be required to travel in support of FBI operations. All required travel expenses will be reimbursed, at rates not to exceed those authorized for government employees. Training may be provided at government expense, if such training is in the best interests of the government. Such training is not authorized to meet any pre-award RFQ requirements. SCHEDULING AND AVAILABILITY Contractors are scheduled for work assignments through a series of task orders which are subject to change without notice. These task orders may be verbal or written. Contract small arms technician shall be required to work a minimum of 100 hours (regular labor/hour rate) per month, to a maximum of 160 hours at the regular labor/hour rate per month. Contractors will not be held in default if they are unable to meet the minimum availability requirement through an unforeseen circumstance (i.e., injury, illness, etc.). Contractors are not paid for any meal breaks. Overtime will be paid at one and one half times the regular labor/hour rate. All overtime must be approved in advance by the TPOC, COTR, or the Contracting Officer (CO). Contractors shall notify the TPOC, in advance if possible, whenever they are unavailable for assigned tasks. PROGRAM MANAGEMENT Contractors may be asked to assist in DSU Program Management activities, but such activity will normally exclude vendor contacts and liaison with other agencies. This type of activity will exclude any decision making authority. 3.COMPLIANCE DOCUMENTATION The contractors shall provide, at contractor expense, pre-award and annual testing for the following aspects. The documentation shall be provided to the Technical Point of Contact (TPOC): •Lead - may not exceed 25 mg/dl. If a test reveals a higher level, a second test must be performed. If this test also exceeds the established level the government shall terminate the contract for convenience. •Zinc protoporphyrin - may not exceed 50 mg/dl. If a test reveals a higher level, a second test must be performed. If this test also exceeds the established level the government shall terminate the contract for convenience. •Audiometer examination (hearing) - This test will establish a baseline. Subsequent testing will determine if any deterioration from baseline exists. Significant deterioration could be cause for termination of the contract for convenience of the government. In addition to providing this information pre-award, during the RFQ submittal/response phase, this information must also be supplied on an annual basis no earlier than 120 days nor later than 90 days prior to the end of the contract year. 4.REPORTS AND RECORDS Contractors are required to prepare various reports and records during the course of activities, including, but not limited to a Contractor Activity Report, weapon sign in/sign out reports, inventory reports, Federal Express shipping documents, memoranda, and other documents as required. All reports, records, and other documentation prepared for the government, shall become the property of the government, and shall not be disseminated outside of the FBI without prior authorization. 5.GUIDANCE AND DIRECTION Contractors are provided guidance, advice, and direction to ensure that the services they provide are in full compliance with existing or subsequently adopted or modified FBI techniques and methods. Such information is provided by the Technical Point of Contact (TPOC). 6.DEPORTMENT AND APPEARANCE Contractors are required to provide services in an appropriate and professional manner. Contractors must fully cooperate with FBI personnel when providing services and interact with FBI personnel and trainees in a positive, constructive, harmonious manner. Contractors are required to perform all services wearing appropriate attire, normally consisting of business attire or a uniform specified by the FBI. Contractor shall ensure that any uniform or other authorized attire worn is neat, clean, and in good repair. Contractors are responsible for all expenses associated with clothing and apparel. 7.GOVERNMENT FURNISHED PROPERTY Contractors are furnished the following government property: •work space, including telephone service, computer access, and miscellaneous office supplies •tools for the maintenance and repair of firearms All furnished government property is provided for work related use only, and is afforded for the convenience of the government, to ensure maximum efficiency. All use of government furnished property must be lawful, and must not be converted for personal use. Contractors are required to fully secure all government furnished property, and may be held financially responsible for all negligent damage to or loss of such property. 8.GOVERNMENT OWNED VEHICLES Contractor may NOT operate government owned vehicles. 9.GOVERNMENT FACILITIES Contractors have access to government facilities such as cafeterias, and are permitted use of these facilities, provided such use conforms with all rules and policies regarding the use of these facilities. Contractors are not paid for a meal break. Contractors are not permitted use of government owned facilities such as gymnasiums, weight rooms, or related fitness equipment. 10.PERFORMANCE EVALUATION Contractors will be evaluated by the TPOC on their performance on an annual basis. The evaluation will include, but not be limited to, the following: •conforming to contract requirements •standards of good workmanship •adherence to contract schedules •administrative aspects of performance •behavior and commitment to customer satisfaction Contractors will be provided a copy of the performance evaluation and will be afforded an opportunity to personally review the evaluation with the TPOC and Contracting Officer. ADDENDUM TO CLAUSE 52.212-4 TERMS AND CONDITIONS - COMMERCIAL ITEMS ADD: CLAUSES INCORPORATED BY REFERENCE 52.204-7CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.216 18ORDERING (OCT 1995) 52.216-22INDEFINITE QUANTITY (OCT 1995) 52.217 9OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-18AVAILABILITY OF FUNDS (APR 1984) 52.232 19AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.232-35DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (MAY 1999) 52.232-37MULTIPLE PAYMENT ARRANGEMENTS (MAY 1999) 52.233-3PROTEST AFTER AWARD (AUG 1996) MODIFY: 1.ORDERING - The Gunsmith services to be furnished under this contract shall be placed by the Contracting Officer via Delivery Order. 2.PLACE OF PERFORMANCE - FBI Academy, Quantico, Virginia or other designated CONUS location(s). 3.INVOICES All invoices shall be submitted as follows: REMIT INVOICES TO: FBI ACADEMY DSU, ATTN: MICHAEL PERRY QUANTICO, VA 22135. 4.CONTRACT ADMINISTRATION The Contracting Officer of record is and will be administered by: Federal Bureau of Investigation FBI Academy Attn: Gary W. Hopkins ERF, Building 27958-A Quantico, VA 22135 Telephone: 703-632-6303 Facsimile: 703-632-6103 The Ombudsman of record on this requirement is: Mr. Richard Lee Haley, II Federal Bureau of Investigation 935 Pennsylvania Ave., N.W. Room 6032 Washington, D.C. 20535-0001 Telephone: 202-324-4204 Written communications shall make reference to the contract and purchase order number and shall be mailed to the above address unless otherwise instructed. 5. TERM AND TYPE OF CONTRACT The term of this contract shall be for a base period of one year with four, one-year options, from the date of award. Options are subject to the availability of FBI authorized funding, Contracting Officer approval and contract modification. The type of contract shall be an Indefinite Quantity-Indefinite Delivery, Fixed Price, Labor Hour type contract. 6.NOTICE TO THE GOVERNMENT OF DELAYS In the event the Contractor encounters difficulty in meeting performance requirements, or when he/she anticipates difficulty in complying with the contract delivery schedule or completion date, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this contract, the Contractor shall immediately notify the Contracting Officer and the COTR, in writing, giving pertinent details; provided, however, that this data shall be informational only in character and that this provision shall not be construed as a waiver by the Government of any delivery schedule or date, or any rights or remedies provided by law or under this contract. 7.TOP SECRET CLEARANCE REQUIREMENTS Federal Acquisition Regulation (FAR) 52.204-2, Security Requirements (AUG 1996), applies to this contract, as does the following: The Contractor shall comply with (1) the Security Agreement (DD Form 441); (2) the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M); and, (3) the Security Classification Guide (DD-254) issued by the customer at time of award. The Security Officer assigned cognizance of this contract is to be provided at time of award. Any Security questions during the RFQ process shall be directed in writing to Gary W. Hopkins at the FBI Academy, ERF, Bldg 27958-A, Quantico, VA, 22135, or email to: gwhopkins@fbiacademy.edu, or faxed to (703) 632-6103. 7.1 COUNTERINTELLIGENCE (CI) FOCUSED POLYGRAPH EXAMINATION All non-FBI personnel and contractors (both independent contractors, employees of corporations, and other business entities that contract with the FBI), who perform functions requiring access to FBI information, FBI information system, and FBI space may be subject to a Personnel Security Polygraph examination. The Assistance Director, Security Division, who functions as the Security Program Manager (SPM), is authorized to compel FBI and non-FBI personnel with access to FBI information or facilities to submit to a polygraph examination. The SPM will use the thirteen Adjudicative Guidelines associated with Executive Order 12968 to determine whether a polygraph examination is warranted. The appropriate clearance shall be maintained during the life of the contract and may require successful completion of periodic and aperiodic (random) security-related FBI polygraph examinations focusing on counterintelligence issues. Refusal to submit to polygraph or failure to successfully complete polygraph examination will result in denial of access, revocation of security clearance, or other appropriate security measures. Should the contractor be unable to perform the terms and conditions of the contract as a result of its failure to comply with the contract’s security requirements, the Government shall terminate the contract a no cost to the Government. 7.2 WARRANT LESS SEARCH All cleared personnel accessing information within FBI controlled space are required to execute FBI Form FD 1001 Consent for Warrant less Searches of Department of Justice (DOJ) Workplaces as a condition of working at FBI facilities. The Director, FBI, implemented the Attorney General's policy subjecting employees to warrant less physical searches of their offices or immediate workplaces within DOJ premises when authorized by the Attorney General (AG) or the Deputy Attorney General (DAG) based upon a determination that: 1) information the Department deems credible indicates that the employee is, or may be, disclosing classified information in an unauthorized manner; 2) information the Department deems credible indicates that the employee has incurred excessive indebtedness or has acquired a level of affluence that can not be reasonably explained by other information; 3) information the Department deems credible indicates that the employee had the capability and opportunity to disclose classified information that is believed to have been lost or compromised to a foreign power or an agent of a foreign power; or 4) information the Department deems credible indicates that the employee has repeatedly or significantly mishandled or improperly stored classified information. The search may extend to the entire office or workplace and anything within it that might hold classified information, including locked containers (such as briefcases) and electronic storage media (such as computer disk and handheld computers), whether owned by the government, by the employee, or by a third party. The search may be conducted by appropriate FBI personnel and/or law enforcement officers, on an announced or unannounced basis, during the workday or after hours. If discovered during a search, evidence of misconduct - whether related to storage or classified information, storage of sensitive but unclassified information, or a crime - will be collected and reported to appropriate authorities. All forms will be retained by the FBI during the period the individual is providing services and two years after that individual's departure before final disposition is taken. 8.TRAVEL The Contractor’s travel within CONUS shall be approved in advance by the Contracting Officer. Any travel required under this contract will be reimbursed in accordance with the Federal Travel Regulations available at www.perdiem.osd.mil. 9.FOREIGN TRAVEL The Contractor must notify the FBI Security Officer of any travel to a foreign country prior to departure. Foreign travel includes both official and unofficial trips, including day trips to Mexico and Canada. Individuals must complete and submit a FD-772 (Report of Official/Unofficial Foreign Travel Form) 30 calendar days in advance of traveling. Unplanned travel to border countries should be reported immediately upon return. CLAUSES INCORPORATED IN FULL TEXT 1. 52.233 2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mr. Walter V. Meslar Bureau Procurement Chief Federal Bureau of Investigation Room 6823 935 Pennsylvania Ave., N.W. Washington, D.C. 20535-0001 (202) 324-4418 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 2.2852.201 70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) (JUSTICE ACQUISITION REGULATION CLAUSE) (a) TO BE DETERMINED AFTER AWARD, is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes. 3.2852.223 70 UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JUN 1996) (JUSTICE ACQUISITION REGULATION CLAUSE) (a) "Unsafe condition" as used in this clause means the actual or potential exposure of contractor or Government employees to a hazardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other material or working condition designated by the Contracting Officer's Technical Representative (COTR) as potentially hazardous and requiring safety controls. (b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprize its employees of all hazards to which they may be exposed in the course of their employment; proper conditions and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure. (c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the presence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas in which they will be working. (d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, discovers the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee, (with written notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the contractor's recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property that may be exposed to the unsafe condition. (e) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on a course of action to mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will constitute a dispute under the Disputes clause of this contract. (f) Notice contained in this clause shall relieve the contractor or subcontractors from complying with applicable Federal, State, and local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material including but not limited to the use, disturbance, or disposal of such material. 4.2852.233 70 PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (JAN 1998) (JUSTICE ACQUISITION REGULATION CLAUSE) (a) The following definitions apply in this provision: (1)"Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice. (2)"Deciding Official" means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official. (3) "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (b) A protest filed directly with the Department of Justice must: (1) Indicate that it is a protest to the agency. (2) Be filed with the Contracting Officer. (3) State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest. (4)Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official. (5)Include the information required by FAR 33.103(a)(2): (i)Name, address, facsimile number and telephone number of the protestor. (ii)Solicitation or contract number. (iii)Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor. (iv)Copies of relevant documents. (v)Request for a ruling by the agency. (vi)Statement as to the form of relief requested. (vii)All information establishing that the protestor is an interested party for the purpose of filing a protest. (viii)All information establishing the timeliness of this Protest. (c) An interested party filing a protest with the Department of Justice has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest. (d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest. (e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for many officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties. (f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official. (g) The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable. (h) An interested party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protester for any legal fees related to the agency protest. (i) The Department of Justice will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over ridden, remains in effect until the protest is decided, dismissed, or withdrawn. (j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written. (k) The Department of Justice may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: RESERVED (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2007) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965 (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4), delete paragraph (d) from the basic clause, predesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause". ADDENDUM TO CLAUSE 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS CLAUSES INCORPORATED BY REFERENCE 52.202-1DEFINITIONS (JUL 2004) 52.204-4 PRINTING/COPYING DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 52.204-6DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) ADD: 1.52.212-1(b) SUBMISSION OF PROPOSALS All offers shall include certification that the Contractor complies with the specifications set forth in "Description/Specification/Work Statement" and tests as described in Section, 52.212-2-Evaluation of Commercial Items. This shall include, but is not limited to, certifications and copies of requested documents as referenced in the Description/Specification/Work Statement, 52.212-4-Terms and Conditions, and 52.212-2-Evaluation-Commercial Items sections of the RFQ. 2.SUBMISSION OF SAMPLES/PROPOSALS The FBI will not reimburse recipients of this solicitation for any costs incurred in preparing a proposal. Prior to the preparation of your proposal, please read all instructions contained herein: Offerors shall submit proposals in two parts. Part 1- Written Technical, Part 2 - Cost/Price. Prior to the preparation of your proposal, please read all instructions contained herein. Proposals shall be submitted no later than March 17, 2009, by 11:00 AM, EST, to the address listed below. Each package shall be addressed as follows: FBI ACADEMY RFQ Number: RFQ-0223541 Proposal Due: March 17, 2009; 11:00 AM, EST Attn: Gary W. Hopkins QCU, ERF, Building 27958-A Quantico, VA 22135 (703) 632-6303 OR via e-mail GWHopkins@fbiacademy.edu Technical proposal shall include, but is not limited to: a.Certifications as requested in Description/Specification/Work Statement, and throughout the RFQ; b.Demonstration of knowledge Contractor knowledge of firearms repair and maintenance procedures for weapons identified in Description/ Specification/Work Statement; c.Copies of Annual testing; d.List of contacts over the (last 3 years) Maximum required -5 each for evaluation of Past Performance; e.Provide certification to requirements in the Description/Specification/Work Statement and clause 52.212-4, terms and conditions; f.Clause 52.212-3 - Representations and Certifications-Commercial Items, completed; and, g.Supplies or Services and Prices/Costs. Information which is designated as proprietary by the vendor will be used solely by the FBI. MODIFY: 52.212-1(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation after issuance of this solicitation. CLAUSES INCORPORATED IN FULL TEXT 1.52.252 2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): INTERNET: www.ACQNET.gov/far 2.SUBMISSION OF OFFERS (a)Offers and modifications thereof shall be submitted in sealed envelopes or packages (1) addressed to the office specified in the solicitation, and (2) showing the time specified for receipt, the solicitation number, and the name and address of the offeror. (b)Telegraphic offers will not be considered unless authorized by the solicitation; however, offers may be modified by written or telegraphic notice. (c)Facsimile offers, modifications or withdrawals will not be considered unless authorized by the solicitation. (d)Offers submitted by electronic commerce shall be considered only if the electronic commerce method was specifically stipulated or permitted by the solicitation. (e)Item samples, if required, must be submitted within the time specified for receipt of offers. Unless otherwise specified in the solicitation, these samples shall be (1) submitted at no expense to the Government, and (2) returned at the sender's request and expense, unless they are destroyed during preaward testing. 3.RESTRICTION ON DISCLOSURE AND USE OF DATA Contractors who include in their proposals or quotations data that they do not want disclosed to the public for any purpose or used by the Government except for evaluation purposes, shall– (a)Mark the title page with the following legend: "This proposal or quotation includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed in whole or in part for any purpose other than to evaluate this proposal or quotation. If, however, a contract is awarded to this offeror or quoter as a result of or in connection with the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets];" and (b)Mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal or quotation." 52.212-2 EVALUATION - COMMERCIAL ITEMS CLAUSES INCORPORATED BY REFERENCE 1.CERTIFIED GUNSMITH The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous (Best Value) to the Government price and other factors considered. Technical and Past Performance when combined are significantly more important than cost or price. However, as the Technical merit becomes equal, price will be the determining factor. The evaluation of this RFQ will be in accordance with Part 12 and Part 15 of the FAR. You are advised to closely read the evaluation criteria set forth in this section prior to preparation of a technical proposal. If any documentation requested in this solicitation is not provided or is incomplete, the offeror will be disqualified from further participation in the procurement. Award may be made without discussions. If discussions are conducted, they will occur at the time and place designated by the FBI. Following the completion of discussions, the Offeror shall submit a revised final proposal, as directed by the FBI. The revised final proposal shall reflect the Offeror’s final proposal revisions regarding technical and price. 2.EVALUATION PROCEDURES: All proposals will be reviewed to determine compliance with the requirements identified in the Description/Specification/Work Statement. If requested by the FBI, the contractor must be prepared to submit an example of a personal workmanship weapon. The FBI reserves the right to set a Competitive Range consisting of the number of offerors that will proceed, COMPETITIVE RANGE SHALL BE: FIVE OFFERORS. 3.SOURCE EVALUATION AND SELECTION PROCEDURES - NEGOTIATED PROCUREMENTS: A.EVALUATION FACTORS FOR AWARD Source selection will be based on the technical evaluation of the vendor’s submissions, past performance history and cost/price. The evaluation factors are listed in descending order of importance: Technical Evaluation Past Performance Cost/Price In addition, the sub-factors and criteria listed under each Evaluation Factor are also in descending of importance, unless stated otherwise. The offeror’s proposal will be evaluated as follows: The Source Evaluation Panel (SEP) will use a pass/fail & quantitative rating system for the Technical and Past Performance evaluation process. The color-coded rating system is identified below. EVALUATIONSTANDARD BlueExceeded the requirements of the RFQ. Consistently high quality performance can be expected. GreenMeets the requirements of the RFQ. High quality performance is likely but not assured due to minor omissions or areas where an unevenness might impact performance. BrownMeets the requirements of the RFQ. Satisfactory performance is like, but not assured due to omissions, defects, or deficiencies. OrangeMeets the requirements of the RFQ. Moderate deficiencies exists which reflect the potential for poor, marginal effective performance. Red Does not meet the requirements of the RFQ. Serious deficiencies exist in significant areas. Performance demonstrates inability to provide satisfactory service. EVALUATION FACTOR #1 TECHNICAL: Sub-Factor #1: Audiometer, Led and Zinc Testing. All offerors shall provide documentation of their Audiometer, Lead and Zinc testing. There is an established criteria for the audiometer test stated in the Description/Specification/Work Statement. The lead level must be below 25 mg/dl. The zinc protoporphyrin must be below 50 mg/dl to be acceptable. Only those offerors who pass these tests will be evaluation further. Sub-Factor #2: Qualifying Experience. Qualifying experience must be demonstrated in accordance with Description/Specification/Work Statement as follows: United States citizen; Capable of being awarded a TOP SECRET security clearance by the Federal Government. (Reference the Security Section within Clause 52.212-4, Addendum.); Demonstrate substantial knowledge of firearms repair and maintenance procedures for weapons identified in Section 1, Introduction; Demonstrate ability of analyzing weapons in a non-working function; Certification as a gunsmith or armorer; Demonstrate knowledge of inventory techniques for weapons, ammunition, and related firearms supplies; Demonstrate ability to correctly set-up (to close tolerances), and use machine tools, including the ability to machine necessary repair tools and parts; Demonstrate through knowledge of FBI issued firearms including, but not be limited to, the Springfield Armory Professional 1911,.308 Caliber sniper rifles, the Colt M16 rifle (including the M4 and M16 A2 systems), the Heckler & Koch MP5 submachine gun, the Remington 870 shotgun, and to a lesser degree the Glock pistols., Such knowledge must include operating controls, disassembly and assembly, safety systems, and safe handling methods; and, Ability to prepare reports and other documents using computer software including Corel WordPerfect and Microsoft Office. Sub-Factor #3 – Question and Answer Interview Once an offeror is determined to be within the set competitive Range, the offeror must demonstrate their knowledge of firearms and firearms repair by responding to a series of standardized questions pertaining to the operation and repair of FBI weapon systems, including Glock pistols, Remington Model 870 shotguns, SIG Sauer pistols, Colt 1911 pattern pistols, and Colt pattern carbines. Sub-Factor #4 – Field Stripping Test Offerors will be required to disassemble and assemble common FBI service weapons, including the Glock 22 pistol, the Remington Model 870 shotgun, the Heckler & Koch MP5/10 submachine gun, and the Colt pattern carbine. Correct techniques and safe weapon handling skills are required. Offerors will be provided an initial briefing which describes the level to which each weapon is to be disassembled, and the time frame in which the task is to be completed. Sub-Factor #5 – Weapon Failure Analysis Offerors will be presented with a Glock 22 pistol, a Remington Model 870 shotgun, and a Colt pattern carbine, with known problems. Each offeror will be given the same basic information about the failure, as written on a repair tag. The offeror will be required to identify the problem, through examining and disassembling the weapon. EVALUATION FACTOR #2 - PAST PERFORMANCE: The assessment for Past Performance shall be based on the following levels: Neutral: No relevant past performance for evaluation. The offeror has asserted it has no relevant experience directly related to the work to be done under this solicitation. The offeror receives no merit or demerit for this factor. Satisfactory: The offeror’s experience/past performance on recent projects of the nature, size, and scope of the FBI requirement is sufficient to support the requirements of the statement of work and initial tasks. The experience/past performance information presented indicates the offeror will be capable of fulfilling the requirements of the SOW and initial task. Marginal: The offeror’s experience/past performance is extremely weak and shows little evidence that the contractor could perform on this proposed contract. The offeror may not have any experience or evidence of past performance. The proposal reflects a lack of understanding of the requirements and embodies unacceptable risks. EVALUATION FACTOR #3 - COST/PRICE: The price submitted by each offeror will be evaluated to determine the best value for the Government. The evaluated price shall be the cumulative total of the prices for the estimated quantities, base year and all option periods. The price evaluation will determine whether each Offeror’s proposed prices are realistic, complete, and reasonable. UNREALISTIC PROPOSALS Offeror’s are placed on notice that any proposals which are unrealistic in terms of technical commitment or are unreasonably low or high in price may be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risk of the contract requirements and may be grounds for the rejection of the proposal. 4.OPTIONS The Government will evaluate offerors for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. 5.AWARD A written notice of award of acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS. Representation and Certification clause can be downloaded via the internet at www.acqnet.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e2ca70c560a50953ee2fbc523fa5c1e&tab=core&_cview=1)
 
Document(s)
Gunsmith RFQ
 
File Name: Gunsmith RFQ (GUNSMITH RFQ v2.doc)
Link: https://www.fbo.gov//utils/view?id=045231aa51939ed7fe2f5bd69aae25aa
Bytes: 246.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: FBI Academy, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01744930-W 20090207/090205215807-5e2ca70c560a50953ee2fbc523fa5c1e (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.