Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

69 -- Air Soft guns & supplies

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U.S.B.P Spokane Sector HQ, Spokane, WA 99218
 
ZIP Code
99218
 
Solicitation Number
PR20066310
 
Response Due
9/16/2011
 
Archive Date
3/14/2012
 
Point of Contact
Name: David Moss, Title: Contracting Specialist, Phone: 5093532747, Fax: 5093532563
 
E-Mail Address
david.a.moss@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is PR20066310 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 451110 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-16 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Spokane, WA 99218 The DHS Customs and Border Protection requires the following items, Brand Name or Equal, to the following: LI 001, AirSoft rifle: KJW M4 (Colt M-4) or like product. Must meet the following requirements: Velocity 420-460 fps (.02gBB/Range 180-240 feet; barrel length -12-16.5 inches; Realistic blowback action; Magazine capacity - 30 rounds or MORE; Metal construction (All metal outer shell); Open bolt design; Magazine must be gas source for the weapon; weaqpon color - black or tan; Magazine should be made or sturdy construction to compliment the weapon; Adjustable butt stock (4-6 positionh) acceptable., 75, EA; LI 002, AirSoft pistol: H&K USP C or P2000 Design (KJW USP-Compact P8 and KWA USP-Compact). Must meet the following requirements:Design must be of the Heckler & Koch P2000 or USP-Compact handgun. Pistol must be of gas blowback design using the magazine as the gas source; Overall length = 17.9cm (7.05"); Overall height = 14.0 cm (5.51"); Inner barrel length - 78mm; Inner barrel diameter=6.05mm; Weight = 0.73kg (1.61 lbs); Caliber = 6mm; Magazine capacity = 21 rounds; Velocity = 101-104 MPS (320-360 FPS); Energy output with 0.20g BB = 1.01 Joules; Gas system = NS2 or similar; Ambidextrous magazine release; Accessory rail; 3-dot combat sight; Adjustable Hop-Up; Realistic construction and field stripping; Magazine capacity equal to or greater than 14 rounds., 125, EA; LI 003, AirSoft rifle magazine. For item # 1., 150, EA; LI 004, AirSoft pistol magazine for item # 2., 250, EA; LI 005, AirSoft Green GAS. 1000ml Green Gas HFC-22 can containing at least 24oz of Green Gas; capable of firing approximately 3500 rounds from above weapons (items # 1 & 2)specifications and KWC, KJW, HFC, KWA. standard nozzle for filling Green Gas airsoft blowback design weapons., 150, EA; LI 006, AirSoft Ammunition. 0.2g Airsoft biodegradable BB's in 6mm size. 2000 round speed loader bottle; Non-starch based bio-degradable BB; Hi Grade precision WHITE color; Manafacture's quality control for precise size and tolerances for BB' velocity. Bottles of 2000 ea BBs., 50, BT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award.SEE ATTACHED DOCUMENT for multiple delivery locations and quanities for each location. Delivery is perferred to be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - required to make delivery after it receives a purchase order from the buyer. Delivery of entire order must not exceed 90 days. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. Seperate invoices for each delivery location. Copy of invoice or packing slip to be sent to each shipping address for items shipped to that location. Copy of ALL invoices to be sent to: Border Patrol Contracting Division, 10710 N. Newport Hwy, Spokane, WA. 99218-1642 Fax 509-353-2563. Upon receipt and confirmation of all shipments, invoices will be submitted to Indianapolis finance for payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20066310/listing.html)
 
Place of Performance
Address: Spokane, WA 99218
Zip Code: 99218
 
Record
SN02573513-W 20110915/110913235538-ea8cdff31f536798386e3f5a0b62989e (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.