SOLICITATION NOTICE
13 -- Ammunition
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
- ZIP Code
- 20242
- Solicitation Number
- Q3972090458
- Response Due
- 9/15/2009
- Archive Date
- 9/1/2010
- Point of Contact
- Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- 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. Q3972090458 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 05-36. This procurement is a commercial item. The estimated magnitude of this procurement is between $100,000.00 to $150,000.00. In accordance with Federal Acquisition Regulation Chapter 19.1405, the Government may set-aside acquisitions exceeding the micro purchase threshold for competition restricted to service-disabled vetern-owned small business concerns. The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering of ammunition, to three of the United States Park Police. 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. SPECIFIC REQUIREMENTS: 126,000 rounds of.223 Remington ammunition 55 grain Serria MatchKing or equal; Boat Tail Hollow Point (BTHP); Crimped primer; Low Flash Power;3000 to 3200 fps in SAAMI testManufacturer Certified as appropriate for law enforcement purposes. Shipping Locations 1. 92,000 Rounds United States Park Police, Washington, D. C. 2. 8,000 Rounds United States Park Police, Staten Island, NY 3. 26,000 Rounds United States Park Police, San Francisco, CA.223 Caliber 126,000 Rounds 1000 Rounds/Case Case Price $_________ Total Price for 126 Cases $___________ *Case price to include shipping 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 52.222-3 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 3:00 pm EST September 15, 2009 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3972090458/listing.html)
- Place of Performance
- Address: Washington, D. C.
- Zip Code: 202420001
- Zip Code: 202420001
- Record
- SN01936626-W 20090903/090902011023-43b22289f6eb94e4afd0bc5a18d55abe (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 |