Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2003 FBO #0757
SOLICITATION NOTICE

13 -- Ammunition

Notice Date
12/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Federal Air Marshal Service, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
 
ZIP Code
08405
 
Solicitation Number
HSCEAM-04-CR-0007
 
Response Due
12/26/2003
 
Archive Date
12/26/2003
 
Point of Contact
Debra Stuart, Contracting Officer, Phone 609-813-3405, Fax 609-813-3446,
 
E-Mail Address
debra.stuart@dhs.gov
 
Description
(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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HSCEAM-04-R-0007 and is issued as a Request for Proposals. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-18. (iv) This is an unrestricted procurement. The NAICS code is 332992. (v) Contract Line Item 0001 ATK Alliant Techsystems Speer Part No. 53918 .357 125 grain Gold Dot Hollow Point or equal. The salient characteristics are defined below. Minimum of 50 cases (1,000 rounds per case), maximum of 9,325 cases. (vi) Ammunition must meet the minimum voluntary Industry Performance Standards for the Use of Commercial Manufacturers as stated by the American National Standards Institute (ANSI) and the Sporting Arms and Ammunition Manufacturer?s Institute, Inc. (SAAMI). Primers ? propellant and primer must be newly manufactured within 12 months. All cartridges within one lot shall be loaded with the same propellant and the same lot of primers. All ammunition shall be no older than 2 years from date of manufacture. Chamber pressures must fall within SAAMI specifications for the product. Salient characteristics case- nickel plated brass, 125 grain (grain tolerance +/- 1 ?%, bonded jacketed hollow point, jacket must be constructed with a single piece copper jacket and must fully encapsulate a lead alloy core on all surfaces that come in contact with powder combustion, expansion ? bullet must expand to at least .55 inches when fired into a 20% mixture gelatin block (Kind & Knox ordnance gelatin 250A) at fifteen feet out of a Sig Sauer P229 pistol, headstamp ? each loaded cartridge shall be headstamped with the manufacturer?s symbol and appropriate cartridge description, gelatin penetration ? not less than six inches nor more than eleven inches, velocity ? 1350 +/- 50 feet per second using a standard SAAMI test barrel, accuracy ? maximum average extreme spread of 1.75 inches at 25 yards when fired from a SAAMI test barrel on a universal receiver, cartridge will be function tested in a Sig Sauer P229 Pistol. Offers of equal products must include complete technical and testing data in sufficient detail to demonstrate the ability to comply with the above requirements. (vii) Final inspection and acceptance and testing shall be performed by U.S. Immigration and Customs Enforcement (ICE) at the National Firearms and Tactical Training Unit. ICE shall perform acceptance testing in accordance with the specifications contained in the description paragraph (vi) above. These tests shall be performed by ICE on each lot of ammunition received under the contract. Delivery to multiple continental United States locations. Production lot sample must pass the acceptance testing prior to delivery of ammunition. Lot samples are to be provided at no cost. Failure to pass acceptance testing will require manufacture to produce an additional lot. Lot Acceptance tests, a sample of 4,000 rounds or .5%, whichever is larger, shall be collected by a defined and systematic method that ensures the sample is reasonably representative of the entire production lot. The methodology by which this will be achieved shall be provided with the lot sample. The composite sample shall be subjected to quality assurance testing for qualification of the production lot. The maximum lot size shall be 1 million rounds. Acceptance testing in accordance with the specifications contained in the description paragraph (vi) above. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, there are no addenda to the provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies, the evaluation factors in descending order of importance are delivery, price, and past performance. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition there are no addenda to the clause. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition are as follows: 52.222-3 Convict Labor, 52.222-19 Child Labor?Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-1 Buy American Act ? Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer ? Other than Central Contractor Registration.. (xiii) Additional clauses: 52.216-18 Ordering ? Orders may be placed for six month period from date of award, , 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.216-27 Single or Multiple Awards, . (xiv) The Defense Priorities and Allocations System (DPAS) does not apply. (xv) There are no applicable Numbered Notes. (xvi) Offers are due by 12:00pm December 26, 2003 at Immigration at Customs Enforcement, William J. Hughes Technical Center, Atlantic City International Airport, NJ 08405. The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far/ or http://farsite.hill.af.mil/.
 
Record
SN00494040-W 20031224/031222211539 (fbodaily.com)
 
Source
FedBizOpps.gov 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.