Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

10 -- .223 Caliber Rifle Package

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3972090471
 
Response Due
9/22/2009
 
Archive Date
9/11/2010
 
Point of Contact
Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation 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 No. Q3972090471 is issued as a Request for Quote (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) is 332995; the size standard is less than 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. This procurement is a commercial item. The estimated magnitude of this procurement is between $90,000.00 to $120,000.00. In accordance with Federal Acquisition Regulation Chapter 19.1305, the Government shall set-aside all procurements with a dollar threshold over $100,000 to be set-aside for HUBZone, small business concerns. This procurement is 100-percent set-aside for HUBZone, small business concerns. To confirm if your firm is in a HUBZone area, search the web at https://eweb1.sba.gov/hubzone/internet. Look for the link "Are you in HUBZone". Then look for the entry of "To Determine if an Address is Located in a HUBZone". Type your address. If your company is located in a HUBZone area, you must certify your company with the Small Business Administration. Your company's name must be included on the Small Business Administration's listing to be considered as a HUBZone small business for your quote to be evaluated under the small business HUBZone set-aside. However, if this office does not receive any acceptable quotes from qualified HUBZone, small business concerns, the set-aside will roll over to a 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having the size standard of less than 500 employees. Both HUBZone, small business concerns and Small businesses are encouraged to offer a quote. If this office does not receive any acceptable quotes from qualified small business concerns or HUBZone small business concerns then Large businesses are encouraged to offer a quote. The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering 75 Units of.223 Caliber Rifle Packages to the United States Park Police. REQUIREMENTS: AR15/M16 series platform;Semi-automatic;Mid-length gas-piston operation;.223 Remingtom caliber; Newly manufactured form new parts;Manufacturer certified as appropriate for law enforcement purposes;14.5 inch, 1/9 twist, hammer-forged, chrome and/or nitride plated barrel;Phantom-type flash suppressor;Flat-top upper with Picatinny rail;Quad-rail fore-end; Weaponlight (M951 or equivalent);Flip-up multiple aperture rear sight;Electronic reflex sight (EoTech or equivalent type, quality and controls, powered by AA batteries);Padded nylon soft tactical case with magazine pouches and carry strap;Three point tactical sling;Tritium front sight post;Collapsible stock;30 round mil-spec magazine;Cleaning kit;30 day delivery required. Unit Price $____________ Total Price for 75 Units $____________ Shipping $____________ Total Price $____________ No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer; i. The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated; ii. The contractor shall warrant all parts and labor for a period of one (1) year from the date of acceptance. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. F.O.B. Point: Destination or another location as agreed upon by the Contracting Officer. Delivery Required: Inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-14, Limitations on Subcontracting, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification of model being offered, and 3. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items and a copy of the manufacturer's specification sheet and any other literature directly related to the equipment being offered. All offers must also include the unit prices. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 3:00 pm EST September 22, 2009 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394. Email keith_boockholdt@nps.gov All responsible sources may submit a quote which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3972090471/listing.html)
 
Place of Performance
Address: Washington, D. C.
Zip Code: 202420001
 
Record
SN01951444-W 20090913/090912001909-267901e491dc1001d2f49f6e9ec30c2d (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.