Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2025 SAM #8688
SOLICITATION NOTICE

13 -- 13--NMFS OLE Hornady 9mm Luger +P 135 GR FlexLock Ammo

Notice Date
9/7/2025 6:42:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MF25Q0090
 
Response Due
9/12/2025 2:00:00 PM
 
Archive Date
09/27/2025
 
Point of Contact
CAMERINO, RAYNIER
 
E-Mail Address
RAYNIER.CAMERINO@NOAA.GOV
(RAYNIER.CAMERINO@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION NOAA Fisheries OLE Hornady 9mm Luger +P 135 GR FlexLock Ammunition Critical Duty (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MF25Q0090. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 (Aug 2025) (Deviation 2025-07) (May 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 332992. The small business size standard is 1,300 Employees. (v) This combined solicitation/synopsis is for purchase of the following commercial item: CLIN 0001 Purchase of Hornady, 9mm Luger, 135 Grain +P Flexlock Ammunition (80,000 rounds to quantity of 500 rounds per case) 160 cases with multiple delivery locations in accordance with the Statement of Need. Deliver by 120 days from the date of award. CLIN 0002 Services, non-personal, to provide the freight and shipping cost to multiple locations as outlined in the Statement of Need. F.O.B. Destination. All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of the country of manufacture for the offered products. (vi) Description of requirements is as follows: See attached Statement of Need, which applies to CLINs 0001 and 0002. INVOICES TO BE BILLED IN ARREARS. PROVIDE PRICING FOR EACH LINE ITEM, CLINS 0001 AND 0002. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (vii) Date(s) and place(s) of delivery and acceptance: Delivery shall be FOB Destination to multiple addresses as provided on the Statement of Need; 120 days from the date of award of the Purchase Order. Place of Performance is at the contractor�s facility. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror�s Reps & Certs section on SAM.gov is accurate and current. Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 5:00PM EST on 09/12/2025. All quotes must be submitted electronically via email to the Contracting Officer, Raynier Camerino, raynier.camerino@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to raynier.camerino@noaa.gov. UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO raynier.camerino@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 6 CALENDAR DAYS FROM THE POSTING DATE. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to raynier.camerino@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following pass/fail criteria; 1. The quote shall meet the Technical Specifications identified in the Statement of Need. 2. Firm-Fixed price to include FOB Destination. The Government intends to award a low-priced, technically acceptable, single firm-fixed price purchase order on an all or none basis with payment terms of Net 30. The evaluation factors are of equal importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) STATEMENT OF NEED National Oceanic and Atmospheric Administration (NOAA) NOAA Fisheries Office of Law Enforcement Hornady 9mm +P 135 GR FlexLock Critical Duty BACKGROUND & SCOPE: NOAA�s Office of Law Enforcement directly supports the core mission mandates of NOAA Fisheries� maximizing productivity of sustainable fisheries and fishing communities, as well as protection, recovery, and conservation of protected species�through its efforts to enforce and promote compliance with the marine resource protection laws and implementing regulations under NOAA�s purview. OLE jurisdiction generally covers ocean waters between 3 and 200 miles offshore and adjacent to all U.S. states and territories; this is called the Exclusive Economic Zone (EEZ). The OLE jurisdiction includes: 3.36 million square miles of open ocean. More than 95,000 miles of U.S. coastline. 14 National Marine Sanctuaries and five Marine National Monuments. OLE conducts enforcement activities through patrols both on and off the water as well as monitoring vessels electronically; criminal and civil investigations; partnerships with state, tribal, federal, and nongovernmental organizations; outreach and compliance assistance; and the use of innovative technological tools. INTENDED USE & PURPOSE: When the Office of Law Enforcement (OLE) transitioned to 9mm duty handguns (Glock 19 and Glock 26), research was conducted to find 9mm duty ammunition with similar handgun ballistics to the .40 S&W duty ammunition previously carried. OLE selected the Hornady 9mm Luger +P 135 gr FlexLock Critical Duty for duty carry, firearms training, and quarterly qualification based on this ammunition having similar ballistics and for passing the FBI testing protocol. Designed to meet the needs of those who demand superior barrier penetration and prefer a full-size handgun for law enforcement duty carry. Critical Duty bullet delivers ""barrier blind"" performance when shot through common urban barriers. The FlexLock bullet incorporates two revolutionary Hornady features to deliver superior barrier penetration and consistent performance in FBI tactical handgun ammunition tests (FBI Protocol). The patented Hornady Flex Tip design eliminates clogging and aids bullet expansion. A large mechanical jacket-to-core InterLock band works to keep the bullet and core from separating for maximum weight retention, excellent expansion, consistent penetration, and terminal performance through all FBI test barriers. Bright nickel-plated cases simplify chamber checks in reduced light. Additionally, all Critical Duty ammunition is loaded with low-flash propellant to help preserve night vision in low-light firing. SPECIAL/TECHNICAL SPECIFICATIONS AND REQUIREMENTS (ESSENTIAL SALIENT FEATURES): Offerors shall provide poof as authorized Law Enforcement/Military Distributor of Hornady Manufacturing products to the United States Federal Government. NMFS/Office of Law Enforcement has a need for 80,000 rounds of 9mm +P pistol ammunition meeting the below minimum requirements: Minimum Specifications/Salient Characteristics � Handgun Ballistics Distance (YDS) Velocity (FPS) Energy (FT. LBS.) Muzzle = 1110 = 369 50 = 1035 = 324 100 = 980 = 290 CARTRIDGE: 9mm Luger +P, meets or exceeds Federal Bureau of Investigation�s testing protocols. Made in the USA. BULLET: =135 GRAIN Ballistic Coefficient: = .195 Sectional Density: = .153 No clog flexible polymer-tip with heavy duty jacket to core locking band designed to keep the bullet and core from separating for maximum weight retention and terminal performance through all FBI test barriers. Cannelured bullet with crimped case to ensure no bullet setback during feeding. CORE: Made of high-antimony lead delivering controlled expansion for terminal performance consistency through all FBI test barriers. CASE: Nickel-plated crimped case that resists corrosion and enhances low-light chamber checks. Waterproof sealant around the primer and the case mouth. Temperature-stable powder with flash retardant. DELIVERY LOCATION: Multiple Locations; see attached SF30 Amendment 0002. DELIVERY SCHEDULE: NMFS/Office of Law Enforcement requests delivery within 120 days from the award date. TECHNICAL PROJECT LEAD: Ben Hughes, ben.hughes@noaa.gov; (912)856-2979 IPP INVOICE APPROVER: Megan Natti, megan.natti@noaa.gov; (978)281-9178 EVALUATION CRITERIA: This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the specified requirement of the RFQ. Failure to include all required items in the quote will render the quote ineligible for award. The criteria listed are all of equal value and will be evaluated on the basis of pass or fail. Please ensure to include details about what is being offered, as just providing a price does not give enough information to deem it technically acceptable or not. 1. The quote shall meet the Technical Specifications identified in the Statement of Need. 2. Firm-Fixed price to include FOB Destination. CONTRACTORS INVOICE INVOICES MUST BE SUBMITTED IN ARREARS Per NAM 1330-52.232-71 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (FEB 2023) The Contractor must submit payment requests electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use the IPP website to register, access, and submit payment requests. The IPP website address is https://www.ipp.gov. ""Payment request"" means any request for contract financing payment or invoice payment to the Contractor. To be considered proper, invoices must be prepared in accordance with, and contain all elements specified in, the contract payment clause (e.g., FAR 52.212-4(g), FAR 52.232-25(a)(3), FAR 52.232-26(a)(2), FAR 52.232-27(a)(2)). All invoices are to be submitted in arrears per 31 U.S.C. � 3324. Advance payments are prohibited by 31 U.S.C. � 3324, which provides that, except as provided by a specific appropriation or other law, �a payment under a contract to provide a service or deliver an article for the United States Government may not be more than the value of the service already provided or the article already delivered.� The primary purpose of 31 U.S.C. � 3324 is to protect the Government against the risk of nonperformance (or refusal to refund moneys) by the contractor after receipt of payment. See 22 Comp. Gen. 834, 835 (1946). In its simplest terms, the statute prohibits the Government from paying for goods before they have been received or for services before they have been rendered. The Contractor must include the following documents as attachments to payment requests submitted through the IPP: Vendor�s Invoice. If the Contractor is unable to comply with the requirement to submit payment requests through the IPP due to a threat to national security; a matter of unusual or compelling urgency; or because the political, financial, or communications infrastructure of a foreign country does not support access to the IPP, the Contractor must request an exception in writing. Contact the Contracting Officer for more information about requesting an exception. (End of Clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e07824013d7422e86d4c78e78ad3a1a/view)
 
Record
SN07580877-F 20250909/250907230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.