SOLICITATION NOTICE
10 -- Combined Synopsis/Solicitation to Issue a New Order for the acquisition of Non-Standard Weapons and Accessories - Commercial Off The Shelf Pistol Spare Parts.
- Notice Date
- 2/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-15-T-7488
- Response Due
- 2/17/2015
- Archive Date
- 4/12/2015
- Point of Contact
- Eugene G. Spillane, 9737249285
- E-Mail Address
-
ACC - New Jersey
(eugene.g.spillane.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. SUBJECT: Combined Synopsis/Solicitation In Accordance With (IAW) FAR 13.105 (b) to Issue a New Order for the acquisition of Non-Standard Weapons and Accessories - Commercial Off The Shelf (COTS) Pistol Spare Parts. The U.S. Army Contracting Command New Jersey is contemplating the issuance of a Firm Fixed Price (FFP) Order ONLY to current Blanket Purchase Agreement (BPA) holders for the acquisition of Non-Standard Weapons and Accessories - Commercial off the Shelf (COTS) Pistol Spare Parts as outlined in the Statement of Work (SOW) below: Statement of Work: 1.0SCOPE This Statement of Work (SOW) defines the work required to deliver spare parts for Commercial Off The Shelf (COTS) handgun systems. The spare parts are used to repair handguns used for testing. 2.0APPLICABLE DOCUMENTS: Not Applicable 3.0REQUIREMENTS 3.1The contractor shall deliver the following handgun spare parts in the following quantities: Part Description/ Qty/OEM P/N Glock 22, GEN 4 Recoil Spring Assy./ 6ea./SP07577 Trigger Spring/ 6ea./SP00350 Extractor dep. Plunger, Spring/ 6ea./SP00119 Firing Pin Spring/ 6ea./SP00070 Firing Pin Safety Spring/ 6ea./SP00077 Magazine Catch Spring/ 6ea./SP00280 Slide Lock Spring/ 6ea./SP05446 Smith and Wesson M&P 40 Recoil Guide Rod Assembly/ 3ea./279740000 Slide Stop Assembly w/ Spring/ 3ea./393680000 Trigger Return Spring/ 6ea./250910000 Trigger Bar Assembly/ 3ea./279280000 Sear Housing Block Roll Pin/ 6ea./250570000 Sear Housing Block Assembly, Std/3ea./277640000 Heckler & Koch HK45 Tactical Recoil Spring/ 6ea./HKPHK45060 HK Extractor Spring/ 6ea./HKP2SK0014 Trigger Bar Detent Spring/ 6ea./HKPUSP9035 Slide Release Spring/ 6ea./HKPUSP9045 Magazine Release Spring/ 6ea./HKPUSP9073.45 Cal Barrel O-ring/ 30ea./HKPHK45002 Firing Pin Spring/ 6ea./HKPUSP9017 Slide Detent Compression Spring/ 6ea./HKPUSP9104 Hammer Spring/ 6ea./HKPP30046 Trigger Rebound (return) Spring/ 6ea./HKPHK45025 Lockout Compression Spring/ 6ea./HKNGHK2272 Flat Spring For Sear Catch/ 6ea./HKPUSP9046 3.2The spare parts shall be original manufacturer equipment (OME). 3.3The contractor shall deliver all the handguns on or before March 2, 2015 to the following address: Aberdeen Test Center Bldg. 358 ATTN: Larry Overbay, FP Aberdeen Proving Ground, MD, 21005 DoDAAC: W81C5M Evaluation Criteria - Non Standard Weapons Commercial Pistol Parts 1.0 Basis for Award The Government's selection for Order awardee will be made on the basis of the lowest priced quote meeting or exceeding the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, lowest price technically acceptable source selection process. The Order will be awarded to the Offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for contractor responsibility at FAR 9.104-1, and whose quote conforms to all of the Synopsis/Solicitation's requirements (including stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable quotation. 2.0 Evaluation Factors & Evaluation Approach All quotes will be evaluated in a fair and consistent manner. All quotes will be subject to evaluation by a team of Government personnel. The Offeror whose quote is determined to provide the lowest priced quote that meets the acceptability standards for all non-cost factors will be awarded the Call Order. The Government may reject any quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or is unrealistically high or low priced when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the requirement. The Government reserves the right to award based on initial quotes. The Government intends to evaluate quotes and award an order without discussions with the Offerors (except clarifications as described in FAR 15.306). However, the Government reserves the right to conduct discussions and request quote revisions if it is determined to be in the best interest of the Government. The following rating system shall be utilized for the evaluation of Factor 1 and Factor 2. ADJECTIVAL RATING DEFINITION ACCEPTABLE Quote clearly meets the minimum requirements of the solicitation. UNACCEPTABLE Quote does not clearly meet the minimum requirements of the solicitation. In order to be eligible for award a rating of Acceptable must be achieved for the non-price factors. Factor 1 - Technical Approach: The quotes will be evaluated based on the criteria established in the solicitation. In order to achieve an acceptable rating in the Technical factor, the offeror's quote must clearly meet the following minimum requirements: a. Nomenclatures in quote all match the SOW b. Quantities in quote match the SOW c. The Offeror shall provide the technical spec/fact sheet of the Commercial off the Shelf (COTS) products they will deliver to the United States Government (USG). USG will evaluate if the proposed products matches USG requirements. Factor 2 - Schedule: The Offeror shall provide a detailed schedule starting at Order award that clearly demonstrates their ability to meet or deliver earlier than the Required Delivery Date (RDD) of 2 March 2015. Factor 3 - Past Performance The evaluation will result in a single rating. A rating of Acceptable or Unacceptable will be assigned to the Offeror's past performance submission pertaining only to the Non-Standard Weapons and Accessories BPA. Past Performance Evaluation Ratings RatingDescription AcceptableBased on the Offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort or the Offeror's performance record is unknown. UnacceptableBased on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort. Factor 4 - Price: The price quote will be evaluated for reasonableness in accordance with price analysis techniques at FAR 15.404-1(b). All information shall be submitted in accordance with the terms of this combined Synopsis/Solicitation and the Master BPA NLT 1:00 PM EST, 17 February 2015, to ensure prompt award of this effort. The submitted proposals shall remain valid through 30 days from closing date of this Synopsis/Solicitation. Inspection shall be performed at Destination. Acceptance shall be performed at Destination. Department of Transportation (DOT) Markings/Hazard Classifications are not required. Security classification is unclassified. The Government is not responsible for any charges incurred in obtaining the required documentation, permits, etc. The FAR provision 52.212-3, Offeror Representation and Certifications - Commercial Items applies to this Order. This provision provides a single, consolidated list of representations and certifications for the acquisition of commercial items and is attached to the solicitation for offerors to complete.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f448dc691b6accd3533ab26acef119fe)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03640262-W 20150213/150211235038-f448dc691b6accd3533ab26acef119fe (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 |