Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2013 FBO #4115
SOLICITATION NOTICE

10 -- Schmidt & Bender 3-20X50 Police Marksman II

Notice Date
2/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Justice, United States Marshals Service, Special Operations Group, TOD, Camp Beauregard, 1401 'F' Street, Pineville, Louisiana, 71360-8736, United States
 
ZIP Code
71360-8736
 
Solicitation Number
M-13-A31-R-000061
 
Archive Date
3/23/2013
 
Point of Contact
Cherie C. McQuillin, Phone: 318/641-4320
 
E-Mail Address
Cherie.McQuillin@usdoj.gov
(Cherie.McQuillin@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Marshals Service (USMS), Tactical Operations Division, Special Operations Group is requesting quotes for Schmidt & Bender 3-20X50 Police Marksman II LP/MTC/ LT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The USMS will award a Firm Fixed Price type contract for the Schmidt & Bender 3-20X50 Police Marksman II LP/MTC/ LT with Horus Vision TReMoR 2 reticle. New Equipment ONLY; NO re-manufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after closing date of this synopsis/solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. DESCRIPTION OF ITEM: Quantity: 27-Schmidt and Bender 3-20X50 PM II/LP/MTC/LT with Horus Vision TReMoR 2 reticle. Color: Tan SCOPE SPECIFICATION: Field of view at 100 m 13m - 2,1m Exit pupil 11,4mm - 2,5mm Eye relief distance 90mm Twilight factor 10,1-31,6 Transmission 90 % Optical data dptr. +2/-3 Parallax adjustment 25 m - ∞ Weight 920g Reticles P4L / P4L fein / H2CMR / Klein / Police / H58 / H37 Click value Elevation Windage Direction Single Turn Double Turn ¼ MOA 0-64 MOA ± 14 MOA ccw x 0,1 mrad 0-26 mrad ± 6 mrad ccw x Provisions and Contract Clauses: The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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): http://www.arnet.gov/far; 52.212-1 Instructions to Offerors Commercial Items-Commercial Items (May 2011); 52.212-2 Evaluation-Commercial Items (Jan 1999); offerors shall include a completed copy of the FAR 52.212-3 Offeror Representations and Certification -Commercial Items (May 2011) along with his/her offer/proposal; FAR 52.212-4 Contract Terms and Conditions Commercial Items; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items (Aug 2011) and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(1),(b)(4),(b)(6),(b)(13),(b)(14),(b)(20),(b)(21),(b)(24)-(b)(31),(b)(38),(b)(40),and (b)(45). This solicitation contains a brand name justification and is being posted in accordance with FAR 5.102-(a)(6). The brand name justification is provided below. 52.204-7 Central Contractor Registration (Apr 2008) (b)(1) and (b)(2). Registration information can be found at www.sam.gov. Evaluation Factors for Award: 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. The evaluation factors are: 1. Price. Evaluation and award may be made with or without discussions with the offeror(s). Note: Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. Rating System: The following rating scheme will be used to evaluate the Technical Acceptability factor: • Acceptable (Go). The offeror meets the requirements of the solicitation. • Not Acceptable (No-Go). The offeror does not meet the requirements of the solicitation. Price: Each Price Quote will be evaluated on the basis of price reasonableness. This evaluation may include, but is not limited to a comparison of the proposed price with the prices proposed by other offerors, the Government's estimate, consideration of current prices being paid for the same or similar services, current market conditions, as well as other relevant measures. Award: The contract will be awarded to the offeror whose quotation that offers the best value and is most advantageous to the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Instructions and Notice to Offerors: Offers submitted in response to the requirements listed above, shall be submitted on company letterhead and each offeror shall address all requirements listed above. Offerors shall also provide their DUNS # and Tax ID # as part of their offer / submittal. Offers shall include all information required in accordance with FAR 52.212-1 Instructions to Offerors-Commercial Items (May 2011), a completed Price Schedule (identified above) as part of the Price Quote, and a completed copy of provision FAR 52-212-3 Offeror Representations and Certifications-Commercial Items (May 2011). Any offer that does not meet the solicitation requirements will be rejected as non-responsive. Offerors that can meet the requirements/specifications and provide the item listed above shall respond to this solicitation by submitting one (1) Price Quote. Offerors shall submit their offers (Price Quote) via email to: Cherie McQuillin USMS / Special Operations Group Cherie.McQuillin@usdoj.gov The closing date for the receipt of offers is March 8, 2013, 4:00 PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b36b8f7602170e66731e0a5aab54cf4)
 
Place of Performance
Address: 1401 F. Street, Pineville, Louisiana, 71360, United States
Zip Code: 71360
 
Record
SN02997525-W 20130301/130227234754-0b36b8f7602170e66731e0a5aab54cf4 (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.