SOLICITATION NOTICE
10 -- Knight’s Armament Company (KAC) SR-16 rifle parts, components, and assemblies. - (Draft)
- Notice Date
- 7/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-16-Q-0306
- Archive Date
- 8/4/2016
- Point of Contact
- David C. Kelley, Phone: 2024066808
- E-Mail Address
-
david.kelley@usss.dhs.gov
(david.kelley@usss.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Only Substantiation Addendum (1) Parts List This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. A subsequent solicitation document will not be issued. This requirement is for brand name only for Knight's Armament Company (KAC) SR-16 rifle parts, components, and assemblies (please see the attached brand name only substantiation). This requirement is set aside for small business. NAICS 332994. The U.S. Secret Service intends to purchase the following: Brand name only for Knight's Armament Company (KAC) SR-16 rifle parts, components, and assemblies with the following specifications and in accordance with the USSS BOM list (see Addendum 1). 1. SCOPE / SPECIFICATIONS: The contractor shall provide standard production and certain nonstandard production Original Equipment Manufacturer (OEM) KAC factory approved parts, components, assemblies, and accessories, in conformance with the U.S. Secret Service (USSS) Build of Material (BOM) approved parts list established by this service and incorporated into current issued generation KAC SR-16 rifles. These parts, components, assemblies, and accessories are for the maintenance, repair, and upgrade of the issued KAC SR-16 rifle fielded by this agency. The contractor shall furnish same for delivery to the JJRTC during the life of this contract. Contractors shall further ensure that: a. Supplied parts, components, assemblies, and accessories must conform to OEM KAC factory standards and specifications for design and construction of the USSS issued SR-16 rifle, to include standard and non-standard factory items, and must not violate existing KAC factory warranty terms for replacement parts as afforded this service by KAC for the current generation SR-16 rifle; b. Parts, components, assemblies, and accessories must be identified utilizing the KAC factory part numbers, SKU, UPC, and nomenclature as depicted on the USSS BOM list (see Addendum 1), whether supplied as standard or nonstandard factory items; c. Parts, components, assemblies, and accessories must be supplied exactly as specified in the USSS BOM list provided by this service (see Addendum 1). Contractors must not substitute standard parts where non-standard parts are called for in the BOM list unless otherwise permitted in the BOM. d. Parts, components, assemblies, and accessories must be furnished in new, unused condition and may not be refinished, repaired, rebuilt, overhauled, salvaged, or remanufactured. Items must be packed in original packaging. 2. VERIFICATION/SAMPLES/DOCUMENTATION a. The Contractor shall (per Section 1.c above) confer with the Government's Technical Representative to review, clarify, and confirm all specifications herein prior to proceeding with any purchases, orders, or shipments when providing substitute items listed on the BOM. 3. DELIVERY a. Delivery of all deliverables, inclusive of documentation, parts, components, assemblies, fixtures, and accessories and any/all other materials shall be made to: Communication Center - RTC 245 Murray Lane SW- Bldg. T-5 Washington, DC 20223 Attn: Michael Kummer (240) 624-3621 b. Notification of delivery must be made no less than 24 hours prior to actual delivery. Notification should be made to the Government Technical Representative and shall include an itemized list of what is being delivered, number of containers total per shipment, the carrier information, and any/all tracking information. The Government shall reserve the right to delay any delivery within 12 hours of notification for up to 3 days. c. All deliveries must be made within normal business hours (0900-1600) and shall not be on any Federal Holidays or during any scheduled or unscheduled Government closure, shutdown, or similar, without express authorization and coordination with the Government Technical Representative. d. All materials/documentation/etc. shall be professionally packaged in such manner as to protect it against damage from common delivery/transportation issues. e. All materials/documentation/etc. containers/boxes/similar shall be individually labelled with appropriate shipping labels identifying both FROM and TO whom it is shipped. All labels shall include the "ATTN: Mike Kummer" line as defined above. f. All materials/etc shall be shipped with receipt-signature required. Proof of receipt by the Government (i.e. signature) shall be the only acceptable proof of delivery. g. Hand-carried/delivered, or other private/non-standard shipping methods are also subject to all of the requirements stipulated herein. 4. WARRANTY/SERVICE a. The Contractor shall receive and accept any/all returns due to defects in manufacturing or product tolerances, malfunction, mislabeling to include illegible/unacceptable labeling, improper quantities as specified herein, physical marring or damage (prior to, or caused by, delivery), or any other reason that precludes the acceptable use of any part, component, assembly, or accessory, for a period of no less than 120 days after the Government receives the delivery. b. The Contractor shall replace any item returned (see 4.a above) with the appropriate OEM KAC SR-16 rifle replacement part or item as provided in the USSS BOM in a timely manner at no additional cost to the Government. c. The Contractor shall facilitate and/or extend any and all manufacturer (KAC) warranties with regard to any part, component, assembly, or accessory obtained through this contract for the life of the manufacturer's warranty. The period of warranty shall begin upon receipt of the materials specified herein by the Government. Facilitation of such warranty shall include any/all shipping, handling, necessary paperwork, etc. 5. DELIVERIES AND DELIVERY SCHEDULE a. After placement of order by the US Secret Service, each contractor is to ensure delivery within 30 days after receipt of order (ARO) b. Delivery will be to Washington, DC 20223 as stated above. If shipping for items are with dimensions of 24" width by 32" height and 70 pounds or larger it will be required to go to a separate address for scanning before reaching final delivery. 6. PAST PERFORMANCE The submission of all references shall include the following information: a. Contract Number(s) b. Name and phone number of a point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. c. Dollar value of the Contract. d. Detailed description of the work performed. e. Names of subcontract(s) used, if any, and a description of the extent of work performed by the subcontract(s). f. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. The Government shall assess risks associated with offeror's past performance in the following areas: A. Timely delivery of services. B. Technical quality. C. Business-like concern for the interests of the customer D. Similarity and relevancy of work performed The contractor shall submit at least three references and surveys for those references for past performance from the past 3 years that are similar in scope and complexity that demonstrate satisfactory or better performance each performance risk assessment of the areas listed above will consider the number and severity of problems, the effectiveness of corrective actions taken and the overall work record. Problems not addressed by the offeror will be considered to still exist. However, the degree to which the offeror can demonstrate that it has successfully applied continuous systemic improvement to resolve past performance problems will be evaluated. Under this factor, the USSS will evaluate how well an offeror has performed similar work before. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgment of the evaluators after it considers all available, relevant and recent information. The offeror shall also provide their past achievements, awards, experience with other government agencies providing like programs, and how many years' experience in providing similar programs. The government reserves the right to pull relevant past performance information from PPIRS for evaluating past performance in addition to the references. Offerors shall use the attached template for past performance surveys. Past performance will be evaluated as acceptable or non-acceptable. Selection of award will be based on lowest priced technically acceptable and will be firm fixed priced. All offerors that quote substitutions shall provide specifications to show how product meets or exceeds above specifications. All specifications must be met or exceed. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 -- System for Award Management. (Jul 2013) 52.204-13 - System for Award Management Maintenance. (JUL 2013) 52.211-6 -- Brand Name or Equal (Aug 1999) 52.212-4 Contract Terms and Conditions - Commercial Items. (MAY 2015) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (Apr 2016) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JUN 2016) (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.252-2 Clauses Incorporated by Reference. (FEB 1998) USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name All responses shall be submitted via email to david.kelley@usss.dhs.gov. Any other type of submission of responses shall not be accepted. Responsible sources shall provide the following: a price quote on letterhead which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, delivery time, payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code, and bank information to include bank address, checking number and routing number. Vendor shall also state where the product is made. The vendor must populate Addendum (1) with corresponding unit pricing so that each line item is clearly calculated as well as the total proposed amount of all items. Responses to this solicitation are due by no later than 20 July 2016, 1000 hours, EST. Offers shall be emailed to david.kelley@usss.dhs.gov. Reference the solicitation number in your email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-16-Q-0306/listing.html)
- Record
- SN04177977-W 20160713/160711234936-1ea4ad4c96b719becfa27989b11391af (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 |