SOLICITATION NOTICE
42 -- M4 Rifle Case - Blackhawk or Equal
- Notice Date
- 1/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
- ZIP Code
- 75247
- Solicitation Number
- 192109NFU00000025-1
- Archive Date
- 2/7/2009
- Point of Contact
- Greg Horwitz, Phone: 214 905 5499
- E-Mail Address
-
greg.horwitz@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: Notice Type: 192109NFU00000025 Combined Synopsis/Solicitation SYNOPSIS: This is a combined synopsis/solicitation 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is 192109NFU00000025 and is a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. This request for quotations is a small business set-aside. The NAICS code is 423990 with a size standard of 500 employees. The Government anticipates awarding one Firm Fixed Price purchase order for this item. The following factors will be used to evaluate quotes and are listed in descending order of importance: (1) Technical Compliance to required features and design (2) Price Technical Compliance Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. This acquisition is for 588 each Blackhawk #64RC34BK brand name or equal M4 rifle cases with the following feature requirements: 750-1000 denier nylon construction, black color, four (4) internal or external non-removable mag pouches, single grab handle and/or shoulder strap (shoulder strap to be detachable), minimum.375” non-compressible foam padding, heavy duty full opening zipper. The weapon must be firmly secured once placed in the case, either due to the case being fitted in shape to the weapon, or because the weapon is firmly secured with Velcro loops. Note that an EoTech holographic sight will be mounted to the rifle and must be adequately protected and accommodated within the case as well. The use of brand name or equal purchase description has been determined necessary to meet the government’s technical requirements for the intended product. All known physical or functional characteristics of the product specified are essential to the intended use. Identification by brand name does not indicate a preference for the product mentioned but indicates the quality and characteristics of a product that will meet the Government’s needs. Any quote for an other than Blackhawk branded item must provide for one (1) sample to be provided and shipped at no charge to the Government to Lisa Brown at the NFTTU address shown below. Price The total price of the requested material will be a determining factor after determination is made as to technical compliance. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote. Delivery shall be for 588 each Blackhawk 64RC34BK or equal M4 rifle cases shipped FOB Destination to: DHS ICE National Firearms and Tactical Training Unit (NFTTU) Attn: Lisa Brown 814-946-9981, 320 E. Chestnut Avenue, Altoona, Pa 16601 The Government desires delivery of all parts on or before May 1, 2009 and anticipates awarding a purchase order for these items in late January 2009. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). Faxed and e-mailed quotes will be accepted. Faxed quotes may be sent to the attention of Greg Horwitz at 214-905-5568 and e-mailed quotes may be sent to greg.horwitz@dhs.gov. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 3:00 PM Central Standard Time on January 23, 2009. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract 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 of FAR and HSAR provisions and clauses may be accessed electronically at this address: http://farsite.hill.af.mil/farsite.html (End of clause) The following FAR provisions and clauses apply to this combined synopsis/solicitation and are incorporated by reference- 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) ADDENDUM to FAR 52.212-1 is FAR 52.211-6 52.212-2 Evaluation, Commercial Items (JAN 1999) with factors specified in this solicitation for paragraph (a). 52.212-3 Offeror Representations and Certification Commercial Items (JUN 2008). Note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. In addition the following HSAR provision applies. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) 52.212-4 Contract Terms and Conditions, Commercial Items (OCT 2008) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEC 2008). The following additional clauses under FAR 52.212-5 (b) are applicable: 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-28 Post Award Small Business Program Rerep (June 2007) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-50 Combating Trafficking in Persons (AUG 2007) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (AUG 2007) 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) 52.232-1 Payments (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.247-34 F.O.B. Destination (NOV 1991) 52.211-6 -- Brand Name or Equal (Aug 1999) As prescribed in 11.107(a), insert the following provision: (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Contracting Office Address: 7701 N. Stemmons Freeway, Suite 300 Dallas, TX 75247
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51fb8d1989236fff9e2e777f0b8b3435&tab=core&_cview=1)
- Place of Performance
- Address: Department of Homeland Security, Immigration and Customs Enforcement, National Firearms and Tactical Training Unit, 320 E. Chestnut Avenue, Altoona, Pennsylvania, 16601, United States
- Zip Code: 16601
- Zip Code: 16601
- Record
- SN01734425-W 20090118/090116220326-51fb8d1989236fff9e2e777f0b8b3435 (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 |