Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2008 FBO #2447
SOLICITATION NOTICE

13 -- VARIOUS LEADED AMMUNITION

Notice Date
8/6/2008
 
Notice Type
Modification/Amendment
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524
 
ZIP Code
31524
 
Solicitation Number
HSFLAR08Q80004
 
Response Due
7/28/2008
 
Point of Contact
Jo Deen Cuffe,, Phone: 912-267-2118, Cheryl H Joseph,, Phone: 912-267-2167
 
E-Mail Address
jodeen.cuffe@dhs.gov, cheryl.h.joseph@dhs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
COMBINED SYNOPSIS/SOLICITATION--IAW FAR PART 12.6 REQUEST FOR QUOTE #HSFLAR08Q80004: VARIOUS AMMUNITION, FEDERAL LAW ENFORCEMENT TRAINING CENTER (FLETC), ARTESIA, NM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The NAICS code is 332992, size standard 1,000 employees. The procurement is issued as SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) set-aside. (Reference FAR 19.102 for Size Standard details for nonmanufacturer). OVERVIEW OF THE REQUIREMENT: The Federal Law Enforcement Training Center, Artesia, NM, has a requirement for the following types of leaded “training” ammunition with varying delivery schedules as noted herein. CONTRACT LINE ITEMS: CLIN 0001 Description:.357 SIG 125 GR JHP Quantity: 12,000 rds Unit Price:_____________ Total Price:_____________ Delivery:12,000 rds by 10/01/2008 (End CLIN 0001)-- CLIN 0002 Description: 38 Wadcutter 148 Grain Quantity: 12,000 rds Unit Price:_____________ Total Price:_____________ Delivery:12,000 rds by 10/01/2008 (End CLIN 0002)-- CLIN 0003 Description: 40 SW 180 GR JHP Quantity:8,500,000 rds Unit Price:_____________ Total price:_____________ Delivery:1,000,000 rds per month beginning 10/01/2008 until delivery of quantity of 8,500,000 rds is complete (End CLIN 0003)-- CLIN 0004 Description: 40 SW 155 GR JHP Quantity:9,000,000 rds Unit Price:_____________ Total price:_____________ Delivery:1,000,000 rds per month beginning 10/01/2008 until delivery of quantity of 9,000,000 rds is complete (End CLIN 0004)-- CLIN 0005: Description: 40 SW 165 GR JHP Quantity:2,000,000 rds Unit Price:_____________ Total price:_____________ Delivery:200,000 rds per month beginning 10/01/2008 until delivery of quantity of 2,000,000 rds is complete (End CLIN 0005)-- CLIN 0006: Description: 45 ACP 230 GR, JHP Quantity:24,000 rds Unit Price:_____________ Total price:_____________ Delivery:24,000 rds by 10/01/2008 (End CLIN 0006)-- CLIN 0007: Description: 9 MM 115 GR JHP Quantity:24,000 rds Unit Price:_____________ Total Price:_____________ Delivery:24,000 rds by 10/01/2008 (End CLIN 0007)-- TOTAL QUOTED PRICE FOR ITEMS 0001 THROUGH 0007: _______________ All ammunition must be provided in the standard manufacturer’s packaging. LOT NUMBER: Lot numbers to be placed on each box of 50 rounds. Within 10 days after award, the contractor shall provide the Contracting Officer a notice explaining the contractor’s intended lot numbering system. No change to the lot number system shall be allowed without prior notification being provided to the Contracting Officer. INSPECTION AND ACCEPTANCE – The Contracting Officer, or the duly authorized representative of the Contracting Officer, will perform inspection and acceptance of deliverables to be provided under the contract. Should the Government reject any ammunition delivered by the contractor, it shall be the contractor’s responsibility to promptly (as deemed by the Government) provide pickup and transportation from the Government’s storage site. All ammunition submitted for acceptance shall comply with all contractual requirements. The Government reserves the right to perform any compliance testing at any time, to ensure product/contract compliance. When performed, testing will be in accordance with the contract. The Government’s rights to require additional contractor testing and/or to require lot replacement shall be in addition to the Government’s rights and remedies under the contract. The Government’s election to forgo testing, or any portion thereof, shall not relieve the Contractor from the responsibility, nor impose liability on the Government, for nonconforming supplies. 1. Should the ammunition fail to perform in a weapon, the DHS/FLETC shall conduct the following test(s): a.Use another manufacturer’s handgun ammunition in the same weapon to establish if the failing ammunition is at fault or if the weapon is at fault. b.Use the failed ammunition in at least one other manufacturer’s weapon to establish if the initially used weapon was at fault for the failure. The above cited tests will be performed on any ammunition product before rejecting the ammunition as defective and requesting replacement and/or refund from the ammunition contractor. These are the only performance tests that will be undertaken by DHS/FLETC. 2. Defective Handgun Ammunition. a.If the DHS/FLETC receives a lot (bulk package) of defective ammunition that does not perform satisfactorily as shown herein, the DHS/FLETC reserves the right to request replacement of the lot or to require the contractor to provide a refund/credit for the lot. b.The training field failure rate for ammunition under the contract, attributable to the ammunition, is not more than 1 failure per 1,000 rounds. Description of failures is described as (but is not necessarily limited to): Misfire, hangfire, deformed case, inverted/missing primer, inert primer, hard primer, squib load, inconsistent bullet seating, excessive powder residue buildup in weapons, excessive bullet residue build up in barrel, excessive unburned powder, excessive smoke, excessive powder burning odor. Delivery to: Federal Law Enforcement Training Center, 91 Gunpowder Road, Artesia, NM 88210. A 24-hour notice is required prior to each delivery (POC information will be identified at time of award). All deliveries are to be made by 3:00 p.m. MST; however, exceptions to this may be requested by the Government with 24 hour notification to the contractor. FORMAT FOR QUOTE: PART I: Pricing—the offeror shall provide a price for each line item in the format provided under CONTRACT LINE ITEMS contained herein. Shipping costs are to be included in the prices. PART II: Confirmation of ability to meet delivery time frame for line items as noted under CONTRACT LINE ITEMS contained herein. Partial deliveries are acceptable. Should a firm quote partial deliveries, the following information must be provided for each partial delivery: 1. CLIN # (as noted herein) w/description; 2. Quantity to be partially delivered; 3. Date of partial delivery. PART III: The name, title, telephone number, fax number, and e-mail address of the point of contact. EVALUATION FACTORS: The Government intends to award a fixed price contract to the responsible offeror (or offerors, in the case of split award) whose offer conforms to the solicitation and is deemed most advantageous to the Government, price and ability to meet the Government’s delivery schedule considered. This requirement will be a fixed price contract. The following Federal Acquisition Regulation (FAR) Clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors-Commercial items; 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial items. Offerors are encouraged to quote on any or all of the component line items they are able to provide WITHIN THE DELIVERY PERIODS SPECIFIED. The Government reserves the right to conduct a split award. Offerors are reminded to include a completed copy of the Provisions at FAR 52.212-3 Offeror Representations and Certifications-Commercial items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. To view clauses in full text, visit http://www.acqnet.gov/far. Offerors must be approved and registered in the Central Contractor Registration (www.ccr.gov) and registered at https://orca.bpn.gov. Lack of registration in the CCR will make an offeror ineligible for award. Responses must be submitted no later than August 19, 2008. Submit responses to JoDeen Cuffe, FLETC, Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia 31524, or by facsimile to 912-280-5343 with a cover sheet citing ATTN: JoDeen Cuffe. E-mail submissions of offers will not be accepted. All questions must be submitted in writing to JoDeen Cuffe via fax, 912-280-5343, with a cover sheet citing ATTN: JoDeen Cuffe, and citing the solicitation number as noted herein.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=164ae8886fce08b8da6f6509a8176112&tab=core&_cview=1)
 
Place of Performance
Address: FLETC, 1300 W. Richey Avenue, Artesia, New Mexico, 88210, United States
Zip Code: 88210
 
Record
SN01632993-W 20080808/080807104239-164ae8886fce08b8da6f6509a8176112 (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.