Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOLICITATION NOTICE

10 -- Sig Sauer Gun Parts - Copy of Solicitation

Notice Date
8/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS07-15-Q-00073
 
Archive Date
9/17/2015
 
Point of Contact
Toshia Rollins, Phone: 609-813-3366
 
E-Mail Address
toshia.n.rollins@tsa.dhs.gov
(toshia.n.rollins@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Please see attached solictation. Brand Name only will be accepted, no subsitutes will be accepted. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and no additional written solicitation will be issued. This solicitation is issued as a request for quotes. Please reference solicitation number HSTS07-15-Q-00073 on all correspondence. This solicitation is being issued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 339999/ All other Miscellaneous Manufacturing, with a small business size standard of 100 employees. The proposed contract will be a Purchase order on a firm fixed price basis. This combined synopsis/solicitation is for the purchase of Sig Sauer gun parts to accommodate the following weapons. Please Note: 1. This requirement is for Sig Sauer Gun Parts only, a brand name justification was completed on 08/25/2015, and no other brand name will be accepted. 2. The delivery and shipping is as follows: Egg Harbor Township, NJ. A complete shipping address shall be provided to the successful offeror upon issuance of award. 3. The anticipated award is less than 30 days from response due date and time, Wednesday September 2, 2015 at 1 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 60 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) The Government anticipates award on a firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to solicitation will be most advantageous to the Government, price and technical acceptability factors will be considered. All proposals will be evaluated on a low price technically acceptable (LPTA) basis. To receive consideration for award, a rating of pass/fail will be given for the Technical Evaluation factor. Quotes that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. The government reserves the right to award without discussions with Offerors. Technical Factors: The quotes will be evaluated on a pass/fail basis to determine whether the Offeror's proposed quote has the ability to meet the stated requirements specified herein. Delivery Schedule: The Offeror shall provide its delivery time, Offerors shall include proposed delivery schedule. The Government encourages a less than 30 day delivery schedule, however requires a no later than 60 day delivery. Price Factors The Government will evaluate price on a Low Price Technically Acceptable (LPTA) basis. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced or are unreasonably high or low. The Offeror shall provide the pricing by providing a unit price for each CLIN. See Attachment 1: Pricing Schedule for additional information and line item quantities. 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 proposal. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representation and certification electronically at http://orca.bpn.gov. If an offeror had not completed the annual reps and carts electronically at the ORCA website, the offereof shall complete only paragraphs (c) through (m) of this provision. The following clauses are 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 may be accessed electronically at http://www.arnet.gov 52.204-7 System for Award Management (Jul 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) 52.212-3 Offeror Representations and Certifications 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: 52.216-18 Ordering, from July 28, 2015 - July 27, 2020 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 USC 644) 52.219-28 Post Award Small business Program Re-representation (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) 52.222-20 Walsh-Healey Public Contracts Act (Oct 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) (EO 11246) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.225-1 Buy American Act - Supplies 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.232-33 Payment by Electronic Funds transfer, System for Award Management (Oct 2003) 52.232-38 Submission of Electronic Funds Transfer with offer (May 1999) 52.233-1 Disputes (July 2002) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law For Breach of Contract Claim (Oct 2004) The following Clauses are hereby incorporated in full text: 3052.225-70 REQUIREMENT FOR USE OF CERTAIN DOMESTIC COMMODITIES (MAR 2013) (DEVIATION 13-01) (a) Definitions. As used in this clause- (1) "Commercial," as applied to an item described in subsection (b) of this clause, means an item of supply, whether an end product or component, that meets the definition of "commercial item" set forth in (FAR) 48 CFR 2.101. (2) "Component" means any item supplied to the Government as part of an end product or of another component. (3) "End product" means supplies delivered under a line item of this contract. (4) "Non-commercial," as applied to an item described in subsections (b) or (c) of this clause, means an item of supply, whether an end product or component, that does not meet the definition of "commercial item" set forth in (FAR) 48 CFR 2.101. (5) "Qualifying country" means a country with a memorandum of understanding or international agreement with the United States under which DHS procurement is covered. (6) "United States" includes the possessions of the United States. (b) The Contractor shall deliver under this contract only such of the following commercial or non-commercial items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States: (1) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally associated with, clothing and the materials and components thereof; or (2) Tents, tarpaulins, covers, textile belts, bags, protective equipment (such as body armor), sleep systems, load carrying equipment (such as field packs), textile marine equipment, parachutes or bandages. (c) The Contractor shall deliver under this contract only such of the following noncommercial items, either as end products or components that have been grown, reprocessed, reused, or produced in the United States: (1) Cotton and other natural fiber products. (2) Woven silk or woven silk blends. (3) Spun silk yarn for cartridge cloth, (4) Synthetic fabric or coated synthetic fabric (including all textile fibers and yarns that are for use in such fabrics), (5) Canvas products. (6) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles), (7) Any item of individual equipment manufactured from or containing any of the fibers, yarns, fabrics, or materials listed in this paragraph (c). (d) This clause does not apply-- (1) To items listed in (FAR) 48 CFR 25.104, or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at United States market prices; (2) To incidental amounts of non-compliant fibers if the total value of non-compliant fibers contained in the end item does not exceed 10 percent of the total purchase price of the end item; or (3) To items that are eligible products per (FAR) 48 CFR Subpart 25.4. (End of clause) Quote Submission Guidelines The Offeror shall submit a proposal which responds to the RFQ requirements, presents the Offeror's capabilities, and is comprehensive enough to provide a substantive basis for evaluation by the Government. The Government will neither assume nor consider anything that is not specifically addressed; therefore, submissions should be sufficiently detailed to permit a complete and accurate evaluation. Late quotes shall not be considered; it is the responsability of the Offeror to ensure their entire quote, on time and in accordance with these instructions. The Government will provide a response confirming receipt of all emailed quotes. If this response is not received, it is the Offeror's responsibility to follow-up with the intended recipients prior to the closing date and time to ensure the quote has been received or to troubleshoot any potential issues in the event that the quote was not received. No requests for clarifications or questions concerning this solicitation will be provided in response to telephone calls. Formal communications such as requests for clarification and/or information or questions concerning this solicitation should be submitted via email. Questions concerning this solicitation must be furnished in writing to Toshia.N.Rollins@tsa.dhs.gov no later than 2 calendar days before the close of the Request for Quote. The due date and time for the proposal submission is 09/02/2015 at 1 PM EST. and shall be emailed to Toshia.N.Rollins@tsa.dhs.gov 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 values to the Government. In such a case, the Government will not be liable for any bid or quote costs. ATTACHMENT 1: PRICING/COST SCHDEULE The Contract Line Items (CLINS) are listed below for a onetime purchase order. Gun Parts must be SIG SAUER and shall match EXACTLY: CLIN Manufacturer Part No. Description Qty. Unit Price Extended Price 00001 1200437 Take down lever, P series 100 00002 1200525 Hammer Assy., 220, 226, 229, DA/SA, S7 50 00003 34221040 De-cocking Lever Spring, P Series 200 00004 34224580 Extractor 200 00005 2DOT#8REAR Rear Sight #8 100 00006 34225540_08 Front Sight #8 100 00007 34225540_10 Rear Sight #10 100 00008 34225540_09 Front Sight #9 100 00009 1201094 Barrel, 229, 357 complete, Broached 100 00010 34225220 Mag Catch Stop 100 00011 34225230 Mag Catch Stop Spring 100 00012 34225325 Sear Pivot Pin 100 00013 34221070 Sear Spring 100 00014 34260307 Slide Catch Lever Spring 100 00015 34239601 Magazine Complete.357 Sig 1,000 Grand Total:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-15-Q-00073/listing.html)
 
Place of Performance
Address: Egg Harbor Township, NJ 08234, United States
Zip Code: 08234
 
Record
SN03860270-W 20150829/150828000816-97e69db216717bfa7f019c7bef89c611 (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.