Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

10 -- Pepperball munitions launchers, or equal - Specifications

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
NFU00000249
 
Archive Date
9/11/2010
 
Point of Contact
Greg Horwitz, Fax: 214 905 5568
 
E-Mail Address
greg.horwitz@dhs.gov
(greg.horwitz@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications This solicitation and incorporated clauses are those in effect through Federal Acquisition Circular 05-43. This request for quotations is a total small business set-aside. The NAICS code is 423990 with a size standard of 500 employees. The Government anticipates awarding a firm fixed price purchase order for 48 each Pepperball Technologies, or equal, Custom Carbine-SX semi-automatic, pneumatically operated, less-than-lethal munitions launcher and accessories, as specified below. The following factors will be used to evaluate quotes received and are listed in order of importance: (1) Technical compliance to specifications (2) Price Technical Compliance Provide documentation that shows the products meets specifications described below. The technical descriptions must be in sufficient detail to allow for evaluation to compliance with the specifications herein, in accordance with FAR 52.211-6 Brand Name or Equal incorporated in full text below. The use of brand name or equal purchase description has been determined necessary to meet the Government's technical requirements for the intended product. All known physical or functional characteristics of the product specified are essential to the intended use. Identification by brand name does not indicate a preference for the product mentioned, but indicates the quality and characteristics of a product that will meet the Government's needs. Launcher specifications are as follows: -Pepperball Model 20098-SX Custom Carbine, or equal -air powered, semi-automatic -160 round minimum hopper capacity -offset hopper breach -top mounted Picatinny rail -operates on 300psi compressed air tank -single sling attachment on weapon butt end -maximum barrel length of 10" -maximum weight without air tank, 4lbs -overall length not to exceed 20" -muzzle velocity of 320fps approx., adjustable -target accuracy to 60 feet with munitions saturation at 150 feet Accessories, brand name or equal: Quantity Patriot450 450-shot Riot Backpack Support Equipment Kit 28 each PA-Speed-1 Speed Pod Loader 140 each PA-Sling "D" Sling, Black 48 each PA-ATK Tank Air Fill 14 each PA-HPA-47 High Pressure Air Bottle, 47 cubic inch 48 each PA-HPA-13 Bottle, HPA, 13 cubic inch, Preset 850 PSI Regulator 75 each PA-SCBA-K SCBA Air Fill Kit (includes PA-FA and PA-SCBA) 15 each PM-OR-100 O-ring F/HPA Bottle, 100 pack 14 each PM-OR-FA50 O-ring F/PA - FA Air Fill Adapter 14 each PC-SCR200 Soft side Rifle Case, F/SA 200 48 each PP-R37510X 2 part 3 prm 10X PAVA Powder Projectile, 3000ct Jar 14 each PP-DM375 Projectile, Green Marking 375, 375ct Jar 14 each PC3-P375 Projectile, Purple Inert Powder, 2 part 2prm, 375ct Jar 75 each PP-GS100 Projectile, Glass Shattering, 100 Pack 16 each Price The total price of all requested items will be a determining factor after determination is made as to technical compliance. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors must include standard commercial warranty terms and delivery lead times with their quote in addition to brand name, if any, and make or model numbers. Quotes received without this information will not be considered for award. Delivery shall be for items and quantities as described above, to be shipped FOB Destination to Altoona, PA 16601. The Government requests delivery of all items on or before September 30, 2010 and anticipates awarding a delivery order for these items on or about mid August, 2010. Inspection and acceptance shall be at destination. Faxed and emailed quotes will be accepted. Faxed quotes may be sent directly to the attention of Greg Horwitz at 214-905-5568 and emailed quotes may be sent to greg.horwitz@dhs.gov. Contractors are responsible for verifying receipt of their quotes. Any inquiries regarding this RFQ must be made in writing, and received by the government no later than two business days prior to the date and time of RFQ close. Any inquiries received after that time may not be responded to. The following FAR provisions and clauses apply to this combined synopsis/solicitation and are incorporated by reference- 52.211-8 Time of Delivery (JUN 1997) 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) ADDENDUM to FAR 52.212-1 52.212-2 Evaluation, Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification Commercial Items (AUG 2009). Note: An offeror shall complete only paragraph (j) of this 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 (b) through (i) of this provision. 52.212-4 Contract Terms and Conditions, Commercial Items (JUN 2010) ADDENDUM TO FAR 52.212-4 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUL 2010) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-50 Combating Trafficking in Persons (AUG 2007) 52.225-3 Buy American Act Supplies (JUN 2003) (41 U.S.C. 10a-10d) 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) 52.232-1 Payments (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (AUG 1996) 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract 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 this address: http://www.acquisition.gov. (End of clause) The following FAR provision is applies to this combined synopsis/solicitation and are incorporated by reference: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Contracting point of contact for questions regarding this RFQ is: Greg Horwitz greg.horwitz@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/NFU00000249/listing.html)
 
Place of Performance
Address: 320 E. Chestnut Avenue, Altoona, Pennsylvania, 16601, United States
Zip Code: 16601
 
Record
SN02248957-W 20100822/100820235318-fc4b4e6903593fe067c32522dce3bb15 (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.