Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

13 -- Ammunition for Western Currency Facility - BEP-RFQ-15-0565 Synopsis/Solicitation

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
BEP-RFQ-15-0565
 
Archive Date
2/7/2015
 
Point of Contact
Romeo Merenov, Phone: 2028740400, Donald I Baron, Phone: (202)874-3143
 
E-Mail Address
romeo.merenov@bep.gov, Donald.Baron@bep.treas.gov
(romeo.merenov@bep.gov, Donald.Baron@bep.treas.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
A copy of the BEP-RFQ-15-0565 combined synopsi/solicitation text in MS Word format. 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 a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ). The RFQ number for this requirement is BEP-RFQ-15-0565. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-79, Effective 15 Dec 2014. This RFQ is set aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The applicable NAICS code is 332992 "Small Arms Ammunition Manufacturing" and the SBA size standard 1,000 employees. I. DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: A. The contractor shall provide and deliver the following ammunition: 1. 26,500 rounds of Remington Golden Saber HPJ.45 ACP (+P), 185 grain (Mfg No. 29450); 2. 25,500 rounds of Remington Golden Saber HPJ 9mm Luger (+P), 124 gram (Mfg No. 29424); 3. 4,000 rounds of Remington Express 00 Buckshot duty ammo, 12 gauge, 2 ¾", 9 pellet (Mfg No. 20620); and 4. 4,000 rounds of Remington Slugger Rifled Slug, 12 gauge, 2 3/4 slug (Mfg No. 20302). B. All ammunition shall be new and not reloaded. C. All ammunition shall be delivered to: Bureau of Engraving and Printing-WCF 9000 Blue Mound Road Fort Worth, Texas 76131 Attn: To be designated at the time of award D. The following DELIVERY information must be provided when scheduling delivery appointments: (1) Name of supplier/manufacturer; (2) Contract/Purchase Order #; (3) Total number of items; (4) Total weight (if applicable), and; (5) Date and time of delivery. Deliveries to WESTERN CURRENCY FACILITY, 9000 BLUE MOUND ROAD, FORT WORTH, TEXAS: Vendors must call the Receiving Area at (817) 847-3822 at least twenty-four (24) hours in advance to schedule all deliveries. Appointments may be made during normal working hours of 7:00 am to 3:00 pm or after hours at (817) 847-3831. Receiving hours are from 7:00 am to 2:30 pm local time, Monday through Friday, excluding holidays. To resolve any delivery issue, please contact Shipping & Receiving at (817) 847-3831 or (817) 847-3822. II. PERIOD OF PERFORMANCE/DELIVERY A. The period of performance for this requirement shall be 30 calendar days after award of the contract. III. APPLICABLE CONTRACT CLAUSES AND PROVISIONS: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (DEC 2014) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2014) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2014) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (AUG 2013) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act-Supplies (MAY 2014) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). 52.213-3 NOTICE TO SUPPLIER (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 PROTEST AFTER AWARD (AUG. 1996) 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) DTAR 1052.201-70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) APPOINTMENT AND AUTHORITY (AUG 2011) DTAR 1052.210-70 CONTRACTOR PUBLICITY (AUG 2011) DTAR 1052.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (AUG 2012) IV. APPLICABLE SOLICITATION CLAUSES OR PROVISIONS : 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (APR 2014) The full text of incorporated clauses is available at the following websites: http://www.acquisition.gov/far/index.html or http://farsite.hill.af.mil V. ADDITIONAL CONTRACT REQUIREMENTS DETERMINED BY THE CONTRACTING OFFICER TO BE NECESSARY FOR THIS ACQUISITION: SUBMISSION OF QUOTES, BASIS OF AWARD, AND EVALUATION CRITERIA: The Government intends to award a Firm Fixed Price (FFP) Purchase Order (PO) for the purchase and delivery of handgun and shotgun ammunition. The successful offeror will be determined on the Lowest Price Technically Acceptable (LPTA) basis. The Government intends to select one Service Disabled Veteran Owned Small Business (SDVOSB) contractor for award, whose offer is found technically acceptable. All proposals must be complete and contain the offerors' best and final costs and price, including all handling, freight, and crate costs. The Offeror's proposal shall be submitted electronically, no later than 5:00 PM EST on 23 January 2015, via email to Romeo.Merenov@bep.gov. IT IS THE OFFEROR'S RESPONSIBILITY TO ENSURE THAT ALL CONTENT IS INCLUDED IN THE OFFER AND THAT THE OFFER IS RECEIVED BY THE GOVERNMENT. Offeror's responses shall contain the following: a) Quote validity guarantee of 30 calendar days; b) Estimated time(s) of delivery of ammunition after the award of the contract; c) Price/Cost Proposal with unit prices and total price. The prices for each ammunition type must be identified as a separate line item. If prices are proposed "per box," or "per crate," the vendor shall identify the number of rounds in each unit of measurement; and d) Past performance. The vendor must provide 2-3 past performance references for similar requirements of similar value. The acceptable past performance may have been with Federal, State, or private entities and should include the following information: i. Name of Contracting Activity or Customer Organization; ii. Contract Number or other identification number; iii. Contract Type; iv. Total Contract Value or Volume; v. Brief Description of Product; and vi. Point of Contact with correct/current telephone number. The award will be made using the Lowest Price Technically Acceptable (LPTA) approach, with appropriate consideration given to: a) Product; b) Price; and c) Past Performance. The Government will evaluate quotes and make a Technically Acceptable determination based on the sub-factors provided herein. For the purpose of this solicitation, Technically Acceptable shall mean that the quote clearly meets all provided requirements specified, and Technically Unacceptable shall mean that the quote clearly does not meet all requirements specified below. The sub-factors are: a) Factor I. Product Evaluation of the Technical factor will apply to the criteria listed below and all areas will have to meet or exceed the requirements of the PWS in order to be considered Technically Acceptable. All factors and sub-factors will be evaluated on a "Pass/Fail" basis. In order to be considered Technically Acceptable, the proposal must meet all criteria below: 1) Ammunition is new, unissued, and non-refurbished; 2) Ammunition is in New/Like-New condition; 3) The delivery date is no later than 30 calendar days ARO. b) Factor II. Completeness of Price The Government will evaluate price of the technically acceptable offers by considering all price factors, including separately priced items and total cost. c) Factor III. Past Performance The past performance information will be used in determining the vendors' overall capability to meet the current requirement and will not be given a specific rating. Vendors without relevant past performance must clearly state so in the proposal. Lack of relevant past performance will be considered neither favorable, nor unfavorable. The Point of Contact (POC) for this requirement is: Romeo Merenov Contract Specialist 202-274-0400 romeo.merenov@bep.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-15-0565/listing.html)
 
Place of Performance
Address: Bureau of Engraving and Printing-WCF, 9000 Blue Mound Road, Fort Worth, Texas, 76131, United States
Zip Code: 76131
 
Record
SN03621054-W 20150123/150121234958-f350da0878ec1d58165c9042425bb76c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.