Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

13 -- Law Enforcement Ammunition, Region 5 - Schedule_of_Items_Response

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern California Acq Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
AG-9AC7-S-11-0085
 
Point of Contact
Marilyn Ladd, Phone: 530 226-2451
 
E-Mail Address
mladd@fs.fed.us
(mladd@fs.fed.us)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Schedule of Items, Response document 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; quotations are being requested and a written solicitation will not be issued. The solicitation number AG-9AC7-S-11-0085 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a 100% Service Disabled Veteran Owned Small Business Set-aside under NAICS code 332992, the small business size standard is 1000 employees. This is a solicitation for a variety of Federal Law Enforcement Ammunition to support Forest Service law enforcement throughout California. All ammunition must be certified and bonded as Federal Law Enforcement ammunition. Reloaded, reprocessed or military surplice ammunition will NOT be accepted, all brass must be new. This contract contemplates ordering the quantities of ammunition shown on the attached schedule of items. However, orders for less that the maximum amount may be awarded depending on funding availability. The Government intends to award a firm fixed price order(s). Offerors are encouraged to quote on any or all line items they are able to provide. The Government reserves the right to make multiple awards. See attached SCHEDULE OF ITEMS listing the caliber, description and quantity. All pricing shall be FOB Destination to: Region 5 Law Enforcement, 3644 Avtech Parkway, Redding, CA 96002. PACKING AND PACKAGING. All ammunition must be provided in the manufacturer's packaging. Material shall be packed for shipment in such a manner that will insure acceptance by common carrier and safe delivery and destination. Note: Notification is required prior to ammunition shipments, contact information will be provided upon award. Each exterior shipping carton shall be marked on the outside with the contract number. Containers shall comply with all Interstate Commerce Regulations or regulations of other carriers as applicable to the mode of transportation. A packing list or other suitable document shall accompany shipment and shall show the name and address of vendor, name and address of consignee, government contract number, and a description of the material shipped, including item number, quantity, number of containers and package numbers. 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/these address (es): http://www.acquisition.gov/far/index.html The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses from 52.212-5 are also applicable: [X] (20) 52.219-27, Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) [X] (21) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). [X] (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (25) 52.222-19, Child Labor - cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126) [X] (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (29) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). [X] (37) 52.225-1, Buy American Act - Supplies (Feb 2009) (41U.S.C. 10a-10d). [X] (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) Supplies (Feb 2009) (41U.S.C. 10a-10d). [X] (45) 52.232-33, Payment by Electronic Funds Transfer-- Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government intends to evaluate quotes and offer a single award without discussions; therefore, the quote should contain the best terms from a price and technical standpoint. EVALUATION: The provision at 52.212-2, Evaluation -- Commercial Items applies. For the purpose of the fill-ins of this clause, past performance and proposed delivery time, when combined, are equal to price. Relevant Past Performance: Past Performance is a measure of the degree to which an offeror has satisfied its customers, complied with contract terms and conditions in addition to applicable laws and regulations. The Government may contact individuals and firms that you have performed services for, to evaluate your experience and past performance record. Delivery Time: Delivery is desired within 60 days after receipt of order, partial deliveries may be accepted. The government will contemplate alternative delivery schedules however, vendors proposing a shorter delivery time and consolidated delivery will receiving a higher rating. Price: Submit contract unit pricing in the Schedule of Items. SUBMISSION REQUIREMENTS: Offerors are required to submit: 1) Contractor name, address and DUNS number, 2) Pricing on the schedule of items, 3) Response to evaluation factors, 4) Offerors must be currently registered in the Central Contractor Registration (www.ccr.gov). Lack of registration in the CCR will make an offeror ineligible for award. 5) Completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items, unless it has completed its online certifications through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. A contractor response document is provided to assist in returning all applicable information though submission of this document is not mandatory. However, failure to submit such information may result in a quote being unable to evaluate. Offers are due on September 6, 2011 no later than4:30 pm. Pacific Daylight Time. Quotations can be faxed to (530) 226-2474 or by email to mladd@fs.fed.us by the date and time above. Emailed offers are advised to enter the solicitation number in the subject line of the email. Mailed offers must arrive no later than the date and time specified above at Northern California Acquisitions Service Area, Redding Office, 3644 Avtech Parkway, Redding, CA 96002.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8462e6ded9bd267986b286be56cc889e)
 
Place of Performance
Address: 3644 Avtech Parkway, Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN02555345-W 20110901/110830235752-8462e6ded9bd267986b286be56cc889e (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.