Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2002 FBO #0186
MODIFICATION

10 -- 12-Guage Shotguns

Notice Date
6/4/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-02-Q-DTA001
 
Response Due
6/11/2002
 
Archive Date
9/30/2002
 
Point of Contact
Katrina Brisbon, Contract Specialist, Phone (202) 267-6208, Fax (202) 267-4019, - Linda Dearing, Contracting Officer, Phone (202) 267-2489, Fax (202) 267-4019,
 
E-Mail Address
kbrisbon@comdt.uscg.mil, ldearing@comdt.uscg.mil
 
Description
THIS IS AN AMENDMENT TO THE INITIAL COMBINED SYNOPSIS/SOLICITATION AND AS SUCH REPLACES THE PREVIOUS MODIFICATION SOLICITATION IN ITS ENTIRETY AS FOLLOWS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisitions Regulations Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation DTCG23-02-Q-DTA001 is issued as a Request for Quote (RFQ). The U.S. Coast Guard (USCG) intends to award a 5-year Requirements type contract for the purchase of CLIN 0001 and CLIN 0002 to be ordered by delivery or task order at a fixed rate over the life of the contract. CLIN 0001 is for a 12-gauge shotgun and CLIN 0002 is for live classroom training in accordance with the requirements included herein. The U.S Coast Guard intends to purchase an estimated minimum of 1250 and an estimated maximum of 2500 12-gauge shotguns. The estimated minimum of 1250 of CLIN 0001 is expected to be ordered at the time of award or shortly thereafter. No more than 1250 shotguns and no less than one shotgun will be ordered under an individual delivery order. The applicable NAICS code is 332994 and the small business size standard is 1000 employees. This is an unrestricted solicitation. In order to be considered for award, a quote shall be provided for both CLINs (Contract Line Item Numbers). A price (to include quantity discounts) per 12-gauge shotgun for CLIN 0001 and a cost per student for training for CLIN 0002 shall be provided. If any escalation of prices is anticipated in outlying years, vendors should quote a price for each year of the contract. FOB destination offers are required for delivery at USCG Small Arms Repair Facility, 300 Highway 361, Building 2521, Crane, Indiana 47522-5001. A delivery schedule shall be included in the vendors' quotation for each CLIN. The USCG Combat Shotgun (CLIN 0001) shall meet the following specifications: (1) 12-gauge in caliber; (2) Pump action shotgun with double action rails on the action bar/fore end; (3) Capable of firing industry standard three-inch magnum ammunition; and (4) Built to the industry standards. The receiver and barrel shall be made from industry standard materials. All internal working parts shall also be made from industry standard materials, forged or machined as required for manufacturing. The 12-gauge shotguns shall also meet the following specifications: (1) Barrel shall be 14 inches in length and shall be supplied with a screw-in rifled choke tube. Choke tube must be flush with the end of the barrel; (2) Stock shall be full-length with pistol grip and heavy duty fore end. Stock must have additional stowage for four additional rounds of three-inch magnum ammunition. Both the stock and fore end shall be made of synthetic material; (3) Shall be finished in "Standard Military Parkerization"; (4) Shall include a black nylon sling with quick detachable swivels; (5) Shall include a (removable) scope mount system and the barrel shall be fitted with a Ramp style Tritium Bead Sight (Tritium bead sight must be visible under the scope mount); (6) Shall have the capability and capacity to hold a minimum of five rounds (four in the magazine tube and one in the chamber); and (7) Shall have "USCG" stamped/engraved on the receiver and the serial number must be visible without removal of the scope mount system. The requirements for CLIN 0002 include the following: A live classroom training course designed to teach Coast Guard Small Arms Repairers the ability to repair the Coast Guard Combat Shotgun back to a serviceable condition. The contractor shall be responsible for providing a facility for the training. This facility location(s) must be included in the plan of action, which is a required part of the quote submission. Classes shall not exceed ten students per class. It is anticipated that the contractor will be required to provide 20 classes over the life of the contract. Definitive class schedules and curriculum changes will be negotiated under individual task orders. Classes shall not be more than five days in length. Upon completion of the training, each student shall be capable of repairing the 12-gauge shotgun back to serviceable condition. Acceptance of the training by the Coast Guard shall be based on each student's demonstrated ability to do so. All responsible sources are invited to submit a quotation that shall include separate technical and cost sections. The following Federal Acquisition Regulation (FAR) provisions and clauses apply and are hereby incorporated in this RFQ by reference: (1) FAR 52.212-1 Instruction to Offerors--Commercial Items; (2) FAR 52.212-2 Evaluation--Commercial Items (Jan 1999); As an addendum to FAR 52.212-1, the following information is provided: The Government intends to offer a contract as a result of this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The basis for award will be best value and the evaluation factors are 1-Technical Capabilities; 2-Past Performance; and 3-Price. Technical Capabilities will include the evaluation of durability, reliability, and maintainability of the proposed shotgun per CLIN 0001 as related to the USCG's mission. Technical Capabilities will also include evaluation of the demonstrated capability of the vendor to provide training per CLIN 0002. When combined, Technical Capabilities and Past Performance are equal to Price and Technical Capabilities is slightly more important than Past Performance. Quotations must provide sufficient information to demonstrate compliance with all requirements included herein over the life of the contract to be responsive to this solicitation. (A mere statement that the product meets the stated requirements is insufficient.) All requirements stated herein must be met. Additionally, the quote should illustrate a parts breakdown and material description of the proposed shotgun, as well as the method of manufacturing. A plan of action must be included which demonstrates how the quoter intends to meet the requirements of the training. The contractor shall provide relevant past performance information. The information should include three references that can verify the contractor's past performance on related contracts. The references should include the contract number, the agency the contract was with, a point of contact, phone number, fax number, email address and summary of the work performed. The contractor shall provide a quotation of cost on a Firm-Fixed Price basis, which should include: (a) the cost per shotgun and if applicable, spare parts, for the initial warranty period in accordance with the manufacturer's recommended maintenance plan; (b) the cost of 1250 shotguns if ordered all at the same time; (c) warranty (to include any extended warranty); (d) discounts for large volume purchases and (e) the cost for delivery of the shotguns. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. Evaluation of price will be based on the price of 1250 shotguns for CLIN 0001 and the unit price for CLIN 0002. If a quote is selected by the Contracting Officer for an offering of a Requirements contract, the selected vendor shall provide the Contracting Officer with a written acceptance within one business day after notification. Notification of selection by the Coast Guard will be in writing. (3) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; Submission of a completed copy of the provision at FAR 52.212-3 --Offerors Representations and Certifications-Commercial Items (April 2001) must accompany all quotations. Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701) must also accompany all quotations. The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the vendor's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the vendor's TIN. (4) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; and (5) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The following additional FAR clauses included in FAR 52.212-5 are applicable to this acquisition: (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the vendor elects to waive the adjustment, it shall so indicate in its quote). Note: Fill-in for the above clause is 10%; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). End of Clause. The full text of these contract clauses may be viewed at www.arnet.gov. All quotes shall include a Data Universal Numbering System (DUNS) Number on the cover page of the quote. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet to obtain one at no charge. A vendor within the United States may call 1-800-333-0505. The vendor may obtain more information regarding the DUNS number, including locations of local Dun and Bradstreet Information Services offices for vendors located outside the United States, from the Internet home page at http://www.customerservice@dnb.com. If a vendor is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at globalinfo@mail.dnb.com. Quotes are due on 11 June 2002 at 2:00 p.m. and shall be mailed or hand-carried to Katrina Brisbon, Peter Shultz, or Linda Dearing at the address indicated above. NOTICE TO OFFERORS: SOLICITATION OMBUDSMAN PROGRAM: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman for an informal forum or formal agency protest at the address below: Commandant (G-CPM-S/3) 2100 Second Street, S.W., Washington, D.C. 20593-0001, Telephone: (202)267-2285, Fax (202) 267-4011. In order to ensure timely responses, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer and solicitation closing date (if applicable). The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information of the protest to meet the requirements. To be timely, protests must be filed within the period specified in FAR 33.103.
 
Record
SN00087525-W 20020606/020604213603 (fbodaily.com)
 
Source
FedBizOpps.gov 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.