Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

69 -- Inert M16 Training Rifles

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building, Room 212A, Cape May, New Jersey, 08204-5092
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG4210QQNT308
 
Archive Date
4/15/2010
 
Point of Contact
Terry J Trammell, Phone: 609-898-6452
 
E-Mail Address
Terry.J.Trammell@uscg.mil
(Terry.J.Trammell@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 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (1) Solicitation number HSCG42-10-Q-QNT308 applies, and is issued as a Request for Quotation. (2) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (3) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 332994 and the small business size standard is 1000 employees IAW 13 CFR § 121.104. U.S. Coast Guard Training Center intends to award a Firm Fixed Price Purchase Order. (4) Item 001 - Qty 150 each, inert M-16 training rifle. Salient characteristics are as follows: (a) Inert, non-firing training replica (b) Size: 1:1 size ratio with standard M-16 (c) Weight: 1:1 weight ratio with standard M-16 (c) Interchangeable parts: the item will be used as a training aid and should be capable of being field stripped for assembly and maintenance training. (5) Contractor shall submit detailed, written price proposals and technical data sheets, pictures, brochures, etc. for all items described. Quoted prices shall be FOB Destination. (6) The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. (7) Contractor shall conform to the following packaging, preservation, and marking instructions. a. PACKAGING: Standard commercial packaging is acceptable. Commercial packaging shall be defined as the way items are packaged, sold, and shipped to the public. Packaging shall provide protection of the material for up to 30 days in a warehouse facility b. MARKINGS: Individually packaged items hall be marked in clearly printed labels with the following information: NOMENCLATURE, NSN NUMBER, if any, MFG PART NO., CAGE CODE AND PURCHASE ORDER NO. (HSCG42-10-P-QNT308). (8) Place of delivery is: USCG Training Center, 1 Munro Avenue, Shipping & Receiving Building 204, Cape May, NJ 08204. ATTENTION: HSCG42-10-P-QNEG12. DELIVERY SHALL BE 30 DAYS ARO. (9) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). (10) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offer. (11) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (12) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010). The following clauses listed in 52.212-5 are incorporated: A. 52.222-3 Convict Labor (June 2003)(E.O. 11755). B. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). C. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). D. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). E. 52.222-50 Combating Trafficking in Persons (Feb 2009). F. 52.225-1 Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d). G. 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) (13). The following Homeland Security Acquisition Regulation applies to this solicitatiion and any subsequent purchase order that may be issued from this solicitation: _X_ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (July 2007) Certification required below: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION WITH THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) (14) All questions regarding this solicitation shall be in writing and e-mailed to Terry.J.Trammell@uscg.mil. The Government will not accept questions after 12:00PM EST on March 30, 2010. (15) QUOTES ARE DUE BY 12:00 PM EST on March 31, 2010. Quotes shall be emailed to Terry.J.Trammell@uscg.mil. (16) This is a commercial item acquisition subject to the evaluation process outlined in FAR 13.106. The Government will award a firm, fixed-priced purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. Offerors who do not meet the minimum mandatory requirements will not be considered technically acceptable and may not be considered for award. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. (17) Potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR) in order to transact business with the United States Coast Guard. Failure to obtain a DUNS number and register in the CCR may result in the delay of award or possible award to the next otherwise successful offeror. (18) This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. ********************************************************************* (19) Parties responding to this solicitation, who believe they can supply the items as outlined, may submit their offer in accordance with the following: Quotes shall be submitted on company letterhead stationary and as a minimum, offers must provide the following items: **The solicitation number; **The time specified in the solicitation for receipt of offers; **Company Name; **Company Address, Points of Contact, Phone numbers and E-mail addresses; **'Remit to' address, if different than mailing address; **Nomenclature; **Part Number; **Unit Price for each item ; **Extended Price for each item ; **FOB Destination; **Any discount provided for prompt payment; **Business Size standard and minority classification; **Commercial and Government Entity (CAGE) code; **DUNS number; **Tax ID number (TIN); **CCR registration status; **Terms of any express warranty; **A technical description of all the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; **Acknowledgment of Solicitation Amendments; **Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. **Only new items may be utilized to meet this requirement. ** FAR Clause 52.212-3 Offeror Representations and Certifications- Commercial Items (Aug 2009). Offeror shall include a completed copy of this provision with their offer or complete only paragraph (b) of the provision if the offeror has completed the annual representations and certifications 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. ** Completed Reference Information Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG4210QQNT308/listing.html)
 
Place of Performance
Address: Commanding Officer, Coast Guard Training Center, 1 Munro Ave, Cape May, New Jersey, 08204, United States
Zip Code: 08204
 
Record
SN02100552-W 20100325/100324000157-729601a0887eee2d83cef42f4e846dab (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.