DOCUMENT
13 -- VA Law Enforcement Training Center (LETC) 9mm Ammunition - Attachment
- Notice Date
- 8/3/2017
- Notice Type
- Attachment
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- VA119A17Q0359
- Response Due
- 8/17/2017
- Archive Date
- 8/27/2017
- Point of Contact
- Kevin Hurst (kevin.hurst2@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VA119A-17-Q-0359 Page 1 of 13 DESCRIPTION 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. Solicitation Number: VA119A-17-Q-0359. This solicitation is issued as a request for quotation (RFQ) using simplified and commercial item procedures identified in FAR Parts 13.5 (Simplified Procedures for Certain Commercial Items) and 12 (Acquisition of Commercial Items). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 2005-95 effective January 19, 2017 and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This requirement is a total (100%) set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). To be eligible to quote, vendors must be verified in the Veteran Information Pages (VIP) at https://www.vip.vetbiz.gov/Default.aspx and small under the applicable NAICS code-332994, SMALL ARMS, ORDNANCE, AND ORDNANCE ACCESSORIES MANUFACTURING (size standard of 1,000 employees) as determinable through the Quoter s SAM record. Contractor shall deliver the following through a base and two option years (if exercised): 72 Cases per Year (1000 rounds per case) of 9mm Duty Ammunition (Golden Saber LE 124 GR, Speer LE Gold Dot 124 GR, or Federal Premium HST 124 GR) QTY 18 delivered quarterly. 838 Cases per Year (1000 rounds per case) of 9mm Training Ammunition (Brand Name or equivalent)-See SOW 209 or 210 delivered quarterly (see Section H below). 123 Cases per Year (1000 rounds per case) of 9mm Frangible Training Ammunition (Brand Name or equivalent)-See SOW 31 or 30 delivered quarterly (see Section H below). Description of requirements for the items to be acquired: See ATTACHMENT A: STATEMENT OF WORK for requirements. Dates and place of delivery and acceptance: See ATTACHMENT A: STATEMENT OF WORK for performance period and delivery location details. The provision at 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition. Addenda to the provision are as follows: INSTRUCTIONS TO QUOTERS Submission of quote: Submit your company s quote via email to the Contract Specialist (Kevin.Hurst2@va.gov) and Contracting Officer (Allen.smith3@va.gov) prior to the deadline below. You may submit more than one quote. If you do, the Government will evaluate each separately. Submission deadline: The Government must receive your quote via email by 3:00PM ET on August 17, 2017. The Government will not consider any quote that it receives after the deadline unless it receives it before issuing an order and considering it will not delay the purchase. The Government email system will not accept file sizes that exceed 5MB. It is the contractor s responsibility to submit all parts of their quote no later than the date and time specified in the RFQ. In case of an emergency that delays operations and makes submission or receipt of your quote impossible, the Government will extend the deadline by one working day. Questions: Submit any questions electronically to the email addresses above on or before 12:00PM ET on August 10, 2017. Questions submitted after this date and time may not receive a response. Terms and content of your quote: Your quote must be based on the terms of this RFQ. The Government may reject any quote that is not based on these terms in every respect. Quoters are hereby advised that any quoter-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the solicitation, may render the offeror s quote unacceptable, and thus ineligible for award. Your quote must contain all of the information described below. Socioeconomic Status: To be eligible to quote, your firm must be a VIP Verified SDVOSB at time of quote submission and at time of award, and small under the NAICS 332994 (discernable from your SAM Representations and Certifications). Issuance of an award: Your quote should contain your best terms. The Contracting Officer may reject any or all quotes. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing an order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will NOT use the formal source selection procedures described in FAR Part 15. The Contracting Officer intends to issue an order to the responsible quoter with the lowest price. The Government may issue an order for less than the quantity on which your quote is based, at the quoted unit price, unless your quote identifies that you will not accept an order on that basis. Any award resulting from this solicitation will be issued on a Standard Form 1449. Information to be submitted: Place the following information on the first (non-cover)page of your quote: (1) RFQ number VA119A-17-Q-0359; (2) Your company name, address, DUNS number and telephone number; (3) Your fixed CLIN prices (and any discount terms) by completing unit and total price, and identification of ammunition quoted for Brand Name or Equal CLINs of the following (must price all CLINs for Base and Options): BASE PERIOD (10/1/17- 9/30/18) CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 0001 BRAND NAME ONLY 9mm Duty Ammunition (SOW Section 3.4.3.1) Contract Period: Base POP Begin: 10-30-2017 POP End: 10-29-2018 1000 rounds per Case Quarterly Shipments: QTY 18- 10/30/2017 QTY 18- 01/30/2018 QTY 18- 04/30/2018 QTY 18- 07/30/2018 72 CS $___________ $___________ 0002 BRAND NAME OR EQUAL 9mm Training Ammunition (SOW Section 3.4.4.1) Contract Period: Base POP Begin: 10-30-2017 POP End: 10-29-2018 1000 rounds per Case Ammunition quoted (enter MFR identifier here): ______________________________ Quarterly Shipments: QTY 210- 10/30/2017 QTY 209- 01/30/2018 QTY 210- 04/30/2018 QTY 209- 07/30/2018 838 CS $___________ $___________ 0003 BRAND NAME OR EQUAL 9mm Frangible Training Ammunition (SOW Section 3.4.4.2) Contract Period: Base POP Begin: 10-30-2017 POP End: 10-29-2018 1000 rounds per Case Ammunition quoted (enter MFR identifier here): ______________________________ Quarterly Shipments: QTY 31- 10/30/2017 QTY 31- 01/30/2018 QTY 31- 04/30/2018 QTY 30- 07/30/2018 123 CS $___________ $___________ Base Period Total $_________ OPTION PERIOD ONE (10/1/18- 9/30/19) CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 1001 BRAND NAME ONLY 9mm Duty Ammunition (SOW Section 3.4.3.1) Contract Period: Base POP Begin: 10-30-2018 POP End: 10-29-2019 1000 rounds per Case Quarterly Shipments: QTY 18- 10/30/2018 QTY 18- 01/30/2019 QTY 18- 04/30/2019 QTY 18- 07/30/2019 72 CS $___________ $___________ 1002 BRAND NAME OR EQUAL 9mm Training Ammunition (SOW Section 3.4.4.1) Contract Period: Base POP Begin: 10-30-2018 POP End: 10-29-2019 1000 rounds per Case Ammunition quoted (enter MFR identifier here): ______________________________ Quarterly Shipments: QTY 210- 10/30/2018 QTY 209- 01/30/2019 QTY 210- 04/30/2019 QTY 209- 07/30/2019 838 CS $___________ $___________ 1003 BRAND NAME OR EQUAL 9mm Frangible Training Ammunition (SOW Section 3.4.4.2) Contract Period: Base POP Begin: 10-30-2018 POP End: 10-29-2019 1000 rounds per Case Ammunition quoted (enter MFR identifier here): ______________________________ Quarterly Shipments: QTY 31- 10/30/2018 QTY 31- 01/30/2019 QTY 31- 04/30/2019 QTY 30- 07/30/2019 123 CS $___________ $___________ Option Period One Total $__________ OPTION PERIOD TWO (10/1/19- 9/30/20) CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 2001 BRAND NAME ONLY 9mm Duty Ammunition (SOW Section 3.4.3.1) Contract Period: Base POP Begin: 10-30-2019 POP End: 10-29-2020 1000 rounds per Case Quarterly Shipments: QTY 18- 10/30/2019 QTY 18- 01/30/2020 QTY 18- 04/30/2020 QTY 18- 07/30/2020 72 CS $___________ $___________ 2002 BRAND NAME OR EQUAL 9mm Training Ammunition (SOW Section 3.4.4.1) Contract Period: Base POP Begin: 10-30-2019 POP End: 10-29-2020 1000 rounds per Case Ammunition quoted (enter MFR identifier here): ______________________________ Quarterly Shipments: QTY 210- 10/30/2019 QTY 209- 01/30/2020 QTY 210- 04/30/2020 QTY 209- 07/30/2020 838 CS $___________ $___________ 2003 BRAND NAME OR EQUAL 9mm Frangible Training Ammunition (SOW Section 3.4.4.2) Contract Period: Base POP Begin: 10-30-2018 POP End: 10-29-2019 1000 rounds per Case Ammunition quoted (enter MFR identifier here): ______________________________ Quarterly Shipments: QTY 31- 10/30/2019 QTY 31- 01/30/2020 QTY 31- 04/30/2020 QTY 30- 07/30/2020 123 CS $___________ $___________ Option Period Two Total $___________ (4) Acknowledgement of any amendments to this RFQ; and (5) A statement that you assent to all terms of this RFQ. Beginning on the second page of your quote, provide the following information: DELIVERY APPROACH: Identification of Items that conform to those as specified above and in the Statement of Work, including detailed descriptive literature of the confirming items. System for Award Management (SAM): You must be registered in SAM at time of quote submission and must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation. DUNS Number (Data Universal Numbering System Number): Place the annotation DUNS or DUNS+4 next to your name and address on the first page of your quote as required above. If you do not have a DUNS number, contact Dun and Bradstreet to obtain one. If you are located within the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are located outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. Tell Dun and Bradstreet that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. The DUNS+4 is the DUNS number plus a 4-character suffix that you may use at your discretion to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for your company. Additional Provision(s): The following additional Provisions are incorporated by reference: VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS REPRESENTATION (JAN 2017) 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (DEVIATION) (FEB 2015) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2017) 52.225-18 PLACE OF MANUFACTURE (MAR 2015) SERVICE OF PROTEST (SEP 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) ***********************END OF ADDENDA TO 52.212-1 ********************** The evaluation will be conducted using the procedures in FAR 13.106-2 and the provision at FAR 52.212-2. The provision at 52.212-2, Evaluation -- Commercial Items applies to this RFQ. Paragraph (a) of this provision is as follows: The Government intends to award a contract resulting from this solicitation to the responsible VIP Verified Quoter whose quote conforming to the solicitation will be most advantageous to the Government. The Government has determined that best value will be achieved by using a Lowest Priced Technically Acceptable approach to determine best value. The following factors shall be used to evaluate quotes: A. Delivery Approach; B. Price **********************END OF 52.212-2, Paragraph (a) ********************* Additional evaluation information: Delivery Approach- Government will review delivery approach to determine whether ammunition meets the SOW requirements. Note that there are both Brand Name Only ad Brand Name or Equal requirements. Price- Price will not be evaluated adjectivally or assigned a score. Price will be evaluated to determine whether it is fair and reasonable. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. The Government expects that price reasonableness will be established through adequate price competition, but it may also determine price reasonableness through price analysis techniques as described in FAR 13.106-3. The Government will evaluate quotes, by adding all established pricing elements (inclusive of options) to determine the final/total price. Note that formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer may conduct comparative evaluations of quotes. Although Past Performance is not evaluated as a separate evaluation element, the Government will consider past performance when performing its responsibility determination of the apparent awardee. Quoters are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote if it does not wish to have the Government rely on its Representations and Certifications in SAM. If submitting Reps and Certs, Quoter should submit a separate volume from the information requested above. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Addenda to the clause are as follows: Paragraph 52.212-4(g) is supplemented with the following Order Administration Data (fill-ins to be completed at time of award): ***ORDER ADMINISTRATION DATA*** (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: __________________ __________________ __________________ DUNS: ____________ TIN: ______________ CAGE: ____________ b. GOVERNMENT: Contracting Officer 36C10X Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [ ] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [X] Following quarterly deliver and acceptance by the COR. b. Semi-Annually [ ] c. Other [ ] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. 5. INVOICING INSTRUCTIONS *** The IFCAP Purchase Order number: [TBD] MUST be included on all invoices. *** The Contract/Order number: [] MUST be included on all invoices. ****************************************************************************** TUNGSTEN (fka OB10) ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Contractor POC: ___________________________ Contracting POC: ___________________________ COR (Contracting Officers Representative): ____________________________ Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org. Vendor e-invoice Set-up information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below. Tungsten e-Invoice setup information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@tungsten-network.com VA TUNGSTEN Number: AAA544240062 FSC e-Invoice contact information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov http://www.fsc.va.gov/einvoice.asp COMMUNICATIONS: https://www.federalregister.gov/articles/2012/11/27/2012-28612/va-acquisition-regulation-electronic-submission-of-payment-requests http://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily 6. LIMITATIONS ON SUBCONTRACTING- MONITORING AND COMPLIANCE: This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (DEVIATION) and Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting. Accordingly, any task order resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. ***********************END OF ADDENDA TO 52.212-4 ********************** The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (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. (OCT 2015) (31 U.S.C. 6101 note) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313 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 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83) 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) The following additional Clauses are incorporated by reference: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (JAN 2017) 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA NOTICE OF NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) VAAR 852.232-72 Electronic submission of payment requests (NOV 2012) Additional contract requirement(s) or terms and conditions: None Quotes are due prior to 3:00PM ET on Thursday August 17, 2017. For information regarding the solicitation, please contact Mr. Kevin Hurst at kevin.hurst@va.gov or via phone at (240) 215-0785. See attached document: ATTACHMENT A- STATEMENT OF WORK.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A17Q0359/listing.html)
- Document(s)
- Attachment
- File Name: VA119A-17-Q-0359 VA119A-17-Q-0359_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3709297&FileName=VA119A-17-Q-0359-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3709297&FileName=VA119A-17-Q-0359-000.docx
- File Name: VA119A-17-Q-0359 9mm Ammo SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3709298&FileName=VA119A-17-Q-0359-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3709298&FileName=VA119A-17-Q-0359-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119A-17-Q-0359 VA119A-17-Q-0359_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3709297&FileName=VA119A-17-Q-0359-000.docx)
- Place of Performance
- Address: Deliveries to VA LETC;2200 Fort Roots Drive;North Little Rock, AR
- Zip Code: 72114
- Zip Code: 72114
- Record
- SN04611453-W 20170805/170803232643-fcf7803805b9fd8eb7a74a19ac7ea8e9 (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 |