Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2015 FBO #4907
SOLICITATION NOTICE

13 -- H and K Silent Blank rounds and Kit

Notice Date
4/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS07-15-Q-00032
 
Point of Contact
Mario F Maccarone, Phone: 609-813-3376
 
E-Mail Address
mario.maccarone@tsa.dhs.gov
(mario.maccarone@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 12.603, 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. This solicitation is issued as a Request For Proposal. Please reference solicitation number HSTS07-15-Q-00032 on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is being issued as Total Small Business Set Aside. The North American Industry Classification System (NAICS) is 332994, with a size standard of 500 employees. This combined solicitation/synopsis is for the purchase of 200 cases of Silent Blank Rounds, p/n 01-3089 and for 35 H and K USP Compact 9mm Blank Pistol conversion Kits, p/n 01-2268, or equal i/a/w the following requirement: For all proposed "or equal" parts supporting documentation shall be provided with response to this synopsis/solicitation. The supporting documentation shall include product information, compatibility, and certification from H and K that the or equal proposed parts will not void the H and K warranty on the weapon. Failure to comply with this and all other terms and conditions herein shall render the proposal technically unacceptable and exclude the offer from competition. Shipment will be 25 conversion kits to Artesia, New Mexico, with 200 cases of Silent Blank Rounds and 10 kits to Coppell Texas. Complete shipping addresses will be provided upon award. The anticipated award is less than 10 days from the response date and time, May 15, 2015 at 10:00 am, EST. FAR 52.212-1 Instruction to Offers - Commercial Items (June 2008) applies to this acquisition. Addendum to 52.212-1; c) Period for acceptance of offers. He offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) and award will be made to the firm offering the Lowest Price Technically Acceptable price to the Government. Paragraph (a) is hereby completed as follows: Technical Factors (a) Proposed products shall comply with this solicitation herein and "or equal" requirements to ensure compatibility and integrity of the H and K weapon parts and ammunition. Delivery Schedule (a) Delivery is 180 days. Price Factors Offeror will provide a price for all items. The Government will evaluate price by adding the total price for all line items. Partial quotes will not be accepted. Failure to provide a complete quote on all listed items shall render the quotation non-responsive and shall be excluded from competition. Offerors shall provide a DUNS number on the proposal. The DUNS number will be checked in the System Award Management System (SAMS) to ensure the vendor has a current SAMS registration and also to screen for any exclusions. Provided the vendor has no exclusions and a current SAM report, the vendor will be considered to be responsible, no past performance references are required. The Government intends to award a firm fixed price contract without discussions. The Government will award a contract resulting from this solicitation only if it can be determined that the reasonable offerors proposal, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. All offers will be evaluated on a low price technically acceptable basis. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representation and certifications electronically at http:orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2011) applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.219-6 Notice of Total Small Business Set Aside (June 2003) 52.219-28 Post Award Small Business Program Representative (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (Aug 2009) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.232-33 Payment By Electronic Funds Transfer, System for Award Management (Oct 2003) 52.232-38 Submission of Electronic Funds Transfer with Offer (May 1999) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports Veterans (Sep 2010) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This solicitation incorporates one or more clauses by reference, with the same force and effect as if the clause were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full test may be accessed electronically at http://farsite.hill.af.mil or http://arnet.gov 52.204-7 System for Award Management (Apr 2008) 52.222-54 Employment Eligibility Verification (Jan 2009) HSAR 3052-225-70, DHS Clause - American recovery and Reinvestment Act (ARRA) Questions concerning this announcement must be furnished in writing to Mario.maccarone@tsa.dhs.gov no later than 2 calendar days before the close of the RFQ. The date and time for the submission of quotes in Friday, May 15, 2015, at 10:00 am, est. All proposals shall be e-mailed to Mario.maccarone@tsa.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-15-Q-00032/listing.html)
 
Place of Performance
Address: Artesia, NM and Coppell, Tx, United States
 
Record
SN03716878-W 20150502/150501000355-bd146c77639466cae36873ccb1aa8b5c (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.