Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
MODIFICATION

13 -- .40 Caliber Full Metal Jacket (Ball) Ammunition

Notice Date
3/23/2005
 
Notice Type
Modification
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
DHS - Direct Reports, 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
HSCG23-05-R-DSA020
 
Response Due
4/7/2005
 
Archive Date
6/20/2005
 
Point of Contact
Jennifer Peterson, Contracting Officer, Phone 202-267-2523, Fax 202267-4019, - Jennifer Peterson, Contracting Officer, Phone 202-267-2523, Fax 202267-4019,
 
E-Mail Address
jpeterson@comdt.uscg.mil, jpeterson@comdt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
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 with this notice. This commercial item acquisition is being conducted in accordance with subpart 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-05-R-DSA020 and it is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. This solicitation is a small business set-aside. The NAIC code is 332992 and the small business size standard is 1,000 employees. The U. S. Coast Guard (USCG) will award a firm-fixed-price, Indefinite Quantity, Indefinite Delivery type contract for the purchase of .40 caliber full metal jacket (ball) ammunition to support the USCG?s new service handgun (SIG SAUER P229R-DAK). International convention identifies full metal jacket (ball) as the ammunition to be used by combatants who are party to the convention. As such, USCG operations often involve deployment to hostile areas and are subject to said requirements. Currently, the USCG does not have an established source of supply for .40 caliber full metal jacket (ball) ammunition either through the Department of Defense or other Federal Government agencies and as such, is seeking to put in place an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to procure the required ammunition. The contractor shall provide the ammunition to the following standards: Projectile caliber: .40 caliber. Projectile weight: 155 grains. Projectile muzzle velocity: 1190 feet per second + 30 feet per second. Projectile shape: full metal jacket (ball). Projectile construction: lead core with a copper jacket. Pressure: The maximum pressure shall not exceed SAAMI specifications for the .40 S & W per ANSI/SAAMI Z299.3. Cartridge: The cartridge shall conform to the American National Standards Institute, Sporting Arms and Ammunition Manufacturers Institute (ANSI/SAAMI) physical dimensions as defined in ANSI/SAAMI Z299.3 for .40 S & W ammunition. Cartridge case construction: Cartridge casings shall be constructed of new, unfired brass. Accuracy: The desired Grouping shall have an average radius of no greater than 1.5 inches for five (5), five shot groups fired at a distance of 25 yards. The minimum quantity is 2,000,000 rounds over the life of the contract. The maximum quantity is 2,000,000 rounds per year and 6,000,000 rounds for the total period of performance. The period of performance shall be from date of award through 365 days thereafter, with two one-year option periods. Prices for CLIN 0001 will be used for orders placed from contract award through 365 days (Base Period). Prices for 1001 will be used for orders placed during Option Period 1 and prices for 2001 will be used for orders placed during Option Period 2. The anticipated delivery schedule is 60 days after the initial award of the first Delivery Order for the first 200,000 rounds, with each increment of 200,000 rounds that are ordered to be delivered at a rate of 30 days thereafter for that Delivery Order and all subsequent orders. No delivery should exceed 200,000 rounds at any given time, unless otherwise specified by the Contracting Officer. Should Delivery Orders be placed prior to completion of a Delivery Order already in place, the first delivery date for that next Delivery Order shall be 30 days after the last shipment is shipped from the previous Delivery Order, such that there is not an overlap in deliveries from one Delivery Order to the next, unless otherwise specified by the Contracting Officer. The technical point of contact is GMCS Tim Knight, (717) 605-8598. The Contracting Officer is Ms. Jennie Peterson (202) 475-3215. The contractor shall deliver the items in accordance with the above applicable terms and conditions. Inspection shall be in accordance with FAR 52.212-4(a). Packing and packaging shall be in accordance with commercial practice to assure delivery at destination. Provision 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b)(10). The Government will award a contract to the responsible offeror whose offer, conforming to the solicitation requirements is most advantageous to the USCG. The USCG will evaluate offers based on: 1) Relevant Past Performance (delivery of similar item with similar quantities); 2) Quality Assurance Plan; and 3) Price. Offerors are required to submit at least 3 relevant past performance references. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact. These evaluation factors are listed in descending order of importance. Total evaluated price will be calculated by multiplying unit prices by the maximum annual quantities and summing the totals. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification --Commercial Items Alt I, with their proposal. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.216-18 (insert ?date of contract award through contract expiration?); 52.216-19 (insert ?200,000 rounds, 2,000,000 rounds, 2,000,000 rounds, 10 days, 3 calendar days?); 52.216-21 (insert ?120 days after contract expiration.?) 52.217-7 (delete ?within? and insert ?prior to contract expiration? in the clause?s second sentence, insert ?30? in the second blank, insert ?5 years? in the third blank); 52.217-9 (delete ?within? and insert ?prior to contract expiration? in the clause?s first sentence); Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, is incorporated by reference into this solicitation. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1;5;11;12;13;14;15;17;22. There are no addenda to any of the above clauses or provisions. Proposals are due no later than 2:00 p.m. on 7 April 2005. It your offer is being submitted by REGULAR mail, use the following address: Commandant (G-ACS-4/JP) U.S. Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20593-0001, Attention Ms. Jennie Peterson. If you are submitting your offer via EXPRESS MAIL or COURIER, use the following address: Commandant (G-ACS-4/JP), U.S. Coast Guard Headquarters, 1900 Half Street, SW, Washington, DC 20024, Suite 1100, Attention: Ms. Jennie Peterson. Offerors are encouraged to submit your offer electronically to jpeterson@comdt.uscg.mil IF YOUR OFFER IS LESS THAN 30 PAGES. However, it is each offeror?s responsibility to ensure the offer is received (in total) by the Contracting Officer prior to the deadline. It is the policy of the USCG 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 USCG 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 at the following address: Commandant (G-CG-85-S/3)/2100 Second Street, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date. For Minority, Women Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged enterprises to acquire short term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Direct inquires to the contact listed above. Questions and Answers provided as of 23 March 2005. Question # 1 - "Can you confirm that this value is actually the desired "instrumental velocity" and not "muzzle velocity"?" Answer - No, "muzzle velocity" is the requested value or "instrumental velocity" corrected to "muzzle velocity". The instrument used - three screen chronograph with first screen 5' from the muzzle of a 4" SAAMI specification velocity test barrel in a universal receiver. Question # 2 - "The solicitation lists the velocity as "1190 feet per second + 30 feet per second". " Answer - Yes this is a typographical error, velocity specification should read, "1190 feet per second +/- 30 fps". Question # 3 ? ?Is this solicitation Federal Excise Tax Exempt?? Answer: No. The clause 52.229-3 Federal, State, and Local Taxes (April 2003) is hereby applicable to this solicitation. The submission date remains unchanged.
 
Place of Performance
Address: TBD
 
Record
SN00773808-W 20050325/050323211530 (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  © 1994-2020, Loren Data Corp.