Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOLICITATION NOTICE

13 -- Ammunition

Notice Date
4/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332992 — Small Arms Ammunition 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
 
ZIP Code
20223
 
Solicitation Number
184828
 
Archive Date
5/23/2009
 
Point of Contact
Danielle M. Donaldson,, Phone: (202) 406-6812
 
E-Mail Address
danielle.donaldson@usss.dhs.gov
 
Small Business Set-Aside
N/A
 
Description
A. 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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 184828 is issued as a Request for Quotation (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) 332992; the size standard is less than 1000 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-31. The United States Secret Services has a requirement for the following ammunition: 5.7X28mm (SS195) cartridge training round, 133 cases (2,000 rds/case). Partial order can be delivered within 15 days and the full order must be delivered in 45 days. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ B. GENERAL REQUIREMENTS •1. All ammunition must be provided in the standard manufacturer's packaging and no substitutions will be accepted. Freight/Shipping shall be FOB Destination and specified on the quote. •2. The ammunition shall be manufactured to the specifications and recommended standards of the Sporting Arms and Ammunition Manufacturers Institute (SAAMI). •3. No component of the round shall have been used previously. Reloaded ammunition is unacceptable. •4. The cartridge case must conform to the recommended specifications of the SAAMI. •5. The cartridge case shall bear the head stamp of the manufacturer and the caliber of the round. •6. The primer shall be sealed to prevent the entrance of moisture, which could alter the performance of cartridge components in various environmental conditions. •7. The projectile shall be sealed in the cartridge case to prevent the entrance of moisture which could alter the performance of cartridge components under operational circumstances. •8. The vendor must be capable of conducting continuous in-house quality control testing to ensure chamber pressures and velocities are maintained in accordance with the recommended specifications of the SAAMI. •9. Ammunition must function in a FNH P90 sub-machine gun in all modes of fire. •10. Delivery of complete order must be within 45 days of award. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ C. FORMAT AND SUBMISSION OF QUOTE 1. Request for Quote for: CLIN 0100. 5.7X28mm (SS195) cartridge training round, 133 cases (2,000 rds/case). Contractor Information Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be registered in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. Submit Parts 1 and 2 to Danielle Donaldson via email or fax only. Submitting via email is preferred. Your entire email must not be greater than 3 MB; if your quote is above that limit, please send multiple emails. Faxed Parts 1 and 2 will be accepted. Please put 184828 - Ammunition in the subject line. All quotes will receive a confirmation email; if you do not receive a confirmation then your quote has not been received. Late quotes will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ D. EVALUATION FACTORS Award will be made to the offeror with the lowest evaluated price that meets or exceeds the acceptability standards for non-price factors. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ E. CONTRACT CLAUSES The following DHS Provision are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of the U.S. Secret Service Name The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.225-1 Buy American Act FAR 52.252-2 Clauses Incorporated by Reference ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ F. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them; if you do not receive a confirmation response then your question was not received. Award is expected to be made May 14, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2753c0dfc1b883e4d78cc0956ac02b00&tab=core&_cview=1)
 
Place of Performance
Address: Department of Homeland Security, United States Secret Service (USSS), COMMUNICATIONS CENTER (PRO), 245 MURRAY LANE SW BLDG T-5, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01805801-W 20090502/090430220954-2753c0dfc1b883e4d78cc0956ac02b00 (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  © 1994-2020, Loren Data Corp.