Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

13 -- .40 Caliber Ammunition

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Cntr. for Acquisition Innovation (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10110RQ0142
 
Response Due
9/9/2010
 
Archive Date
9/10/2010
 
Point of Contact
Jennifer Geldhof
 
E-Mail Address
1-4677<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The closing date and time for receipt of proposals is Thursday, September 9, 2010 at 2:00PM ET (local time). The proposals shall be submitted electronically to Jennifer Geldhof at Jennifer.Geldhof@va.gov. The NAICS Code is 423990. The solicitation number is VA-101-10-RQ-0142 and is issued as a Request for Quotes (RFQ). The place for performance shall be provided by the Contractor and will not be provided by the Government. The VA OIG intends to award a firm fixed price contract. Department of Veteran Affairs (VA), Office of Inspector General (OIG) is issuing this RFQ to solicit.40 caliber pistol ammunition. The requirement is for 367 cases (500 rounds per case) law enforcement.40 caliber Smith & Wesson (S&W) 155 grain jacketed hollow point (JHP) bullets. The ammunition shall be delivered to offices throughout the United States in the following cities New York, NY; Manchester, MA; Newark, NJ; Pittsburgh, PA; Washington, DC; Bay Pines, FL; Decatur, GA; Columbia, SC; West Palm Beach, FL; Nashville, TN; Los Angeles, CA; Phoenix, AZ; Oakland, CA; Seattle, WA; San Diego, CA; Hines, IL; Denver, CO; Kansas City, MO; Cleveland, OH; Dallas, TX; Houston, TX; Bedford, MA; Buffalo, NY; Fayetteville, NC; North Little Rock, AR; Jackson, MS; North Las Vegas, NV; Spokane, WA; and Tallahassee, FL (exact delivery locations provided upon contract award). All ammunition must be delivered within 90 days of contract award date. VA OIG will conduct this acquisition using Federal Acquisition Regulation Subpart 12.6. If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. RFQ DUE DATE The due date for responses to this RFQ is Thursday, September 9, 2010 at 2:00PM Eastern Time. Responses shall be submitted electronically to Jennifer Geldhof at Jennifer.Geldhof@va.gov. PERIOD OF PERFORMANCE The period of performance shall be three months from date of award. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under a separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of this solicitation. If not noted in this section of your quote, it will be assumed that the Offeror proposes no assumptions for award and agrees to comply with the terms and conditions set forth herein. PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-24. 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008) applies to this acquisition and is hereby incorporated by reference. Offerors shall submit two separate proposals: one technical and one cost. The Government contemplates a fixed price contract for this requirement. Offerors shall submit proposals to the government that clearly detail the capability to meet the requirements contained within this solicitation. The technical proposal shall be limited to 10 pages. The offeror shall submit the proposals electronically to Jennifer Geldhof at Jennifer.Geldhof@va.gov. The technical proposal will consist of: 1. Technical Proposal “ There is a page limit of 10 pages for the technical proposal. The VA OIG requests that those responding to this solicitation provide the following information: Company Capabilities “ provide a detailed outline of the company ™s experience in delivering ammunition in a timely basis and meet delivery schedule requirements and to provide assurance of the company ™s financial stability. Past Performance “ include at least 3 companies which can be contacted for past performances that the vendor has performed work of similar scope and complexity within the past 2 years. This should include the company name, contact person, phone number and brief description of the effort. 2. Price Proposal The pricing quote shall be submitted as Firm-Fixed for each case (500 rounds per case) of.40 caliber Smith & Wesson (S&W) 155 grain jacketed hollow point (JHP) bullets. The fixed price should be all inclusive. This includes, but is not limited to, all shipping and delivery charges necessary to fulfill the requirement. The pricing quote shall also include the delivery terms in days after receipt of order (ARO). The contractor shall be paid, upon submission of proper vouchers, and acceptance of deliverables, the amounts specified in the accepted proposal, as full consideration for all effort provided herein. Offerors must include a completed copy of 52.212-3 Offeror Representations and Certifications-Commercial Items with their offer. NOTE: Ensure your firm is registered in CCR “ All vendors must be registered in CCR, effective October 1, 2003, www.ccr.gov to receive Government contracts. EVALUATION 52.212.-2 Evaluation “ Commercial Items (Jan. 1999) applies to this acquisition and is hereby incorporated by reference. Paragraph (a) is filled in as follows: The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All evaluation factors, other than cost or price, when combined are significantly less important than cost or price. The following technical factors, in order of importance, shall be used to evaluate offerors: Company Capabilities “ Offerors will be evaluated based on the company ™s experience providing ammunition in a timely manner to fulfill delivery schedules and the company ™s financial stability Past Performance - Offerors will be evaluated under past performance based primarily on the extent and quality of past performance in providing services similar in scope, complexity of work, quality of service, security, timeliness of performance, and cost. Pricing proposals shall be evaluated based on price and delivery schedule. FAR 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 address: www.arnet.gov/far FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (July 2010) VAAR 852.233-71 Alternate Protest Procedure: As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiél Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or, for solicitations issued by the Office of Facilities Management, the Chief Facilities Management Officer, Office of Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. VAAR 852.237-70 Contractor Responsibilities: The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the District of Columbia. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. VAAR 852-203-70 Commercial Advertising (JAN 2008) “ The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) “ The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee ™s authority. A copy of the designation shall be furnished to the contractor. The Government intends to evaluate quotations and award without discussions with contractors. Therefore, the contractor ™s initial quotation should contain the contractor ™s best terms. 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 quotations if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10110RQ0142/listing.html)
 
Record
SN02268363-W 20100905/100903235810-8683d1ba83d8286598925238a633ef23 (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.