Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

99 -- Weapons Parts and Accessories - Attachment #1: Requirement Description

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-10-R-00066
 
Archive Date
5/19/2010
 
Point of Contact
Alisha M. Willis, Phone: 609-813-3367
 
E-Mail Address
alisha.m.willis@dhs.gov
(alisha.m.willis@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment #1: Requirement 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; proposals are being requested and no additional written solicitation will be issued. This solicitation is issued as a request for quotation. Please reference solicitation number HSTS07-10-R-00066 on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is being issued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 332995/Other Ordnance & Accessories Manufacturing and the size standard is 500 employees. This combined solicitation/synopsis is for the purchase of Heckler & Koch (H&K) weapons parts and accessories, “or equal” in accordance with the following requirements: The Department of Homeland Security (DHS) has a requirement for H&K weapons parts and accessories, “or equal”, for a compact H&K.40 USP firearm. See Attachment 1/Requirement Descriptions for a complete list of line items and descriptions. Please note: For all proposed “or equal parts” supporting documentation shall be provided with response to this synopsis/solicitation. The supporting documentation shall include product information, compatibility, and certification from H&K that the “or equal” proposed parts will not void H&K warranty on weapon. Failure to comply with this and all other terms and conditions here in shall render the proposal unresponsive and exclude the offer from competition. The delivery and shipping is as follows: Atlantic City, NJ. A complete shipping address shall be provided to the successful offeror upon issuance of award. The Government encourages delivery sooner than 30 days. The anticipated award is less than 30 days from response due date and time, 4 May 2010 at 3 PM EST. FAR 52.212-1 Instructions to Offers -- Commercial Items (June 2008) applies to this acquisition. Addendum to 52.212-1: c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Offers will be evaluated based on technical acceptability, delivery schedule, price and award will be made to the Offeror who proposes the Best Value to the Government. Paragraph (a) is hereby completed as follows in order of importance: Technical Factors 1.Proposed products shall comply with this solicitation herein and “or equal” requirements to ensure compatibility and integrity of the H&K.40 firearm warranty. 2. Past Performance History - shall include a minimum of (2) past performance references for similar contracts that the offeror has provided. Verified/current points of contact shall be provided for each reference. Past performance will be based on responsiveness, quality and customer service. Delivery Schedule: The Government encourages a less than 30 day delivery schedule. Price Factors Offerors shall provide pricing for all line items. Partial quotes will not be accepted. All evaluation factors, when combined, are more important than price. The Government intends to award a firm-fixed price purchase order and may award without discussions. The Government will award a contract resulting from this solicitation only if it can be determined that the responsible offerors proposal, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Aug 2009), with its quote. An offeror shall 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 reps and certs electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 USC 644) 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) (15 USC 632(a) 2 52.222-3, Convict Labor (June 2003) (EO 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (Mar 2007) (EO 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 USC 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov The following additional terms and conditions apply: 52.204-7 Central Contractor Registration (Apr 2008) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) Additionally, offerors are advised that the following clause will pertain to any contract award: Release of Information: The Contractor shall not disclose, advertise, or release information about this contract to any individual or organization without prior written approval from the Contracting Officer. Questions concerning this solicitation must be furnished in writing to alisha.m.willis@dhs.gov no later than 2 calendar days before the close of the Request for Proposal. The date and time for the submission of quotes is Tuesday, May 4, 2010, 3:00 PM Eastern Standard Time and shall be emailed to alisha.m.willis@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-10-R-00066/listing.html)
 
Place of Performance
Address: Atlantic City, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN02133041-W 20100429/100427234741-7979b2408c48a89e27e760804a02fee4 (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.