SOLICITATION NOTICE
78 -- Springfield 1903 Replica Rifles - Shipping List
- Notice Date
- 8/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XJA79180A001-1
- Archive Date
- 9/23/2009
- Point of Contact
- Christopher Marquis, Phone: 334-953-6776
- E-Mail Address
-
christopher.marquis@maxwell.af.mil
(christopher.marquis@maxwell.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Shipping List GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined 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; quotations are being requested and a written solicitation will not be issued. This requirement is issued as a request for quotation (RFQ), FA3300-09-Replicarifles. The solicitation document and incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-36 (Aug 11, 2009) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20090729. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This purchase will be for a 9 month base period and 4, one-year options. An award will then be made in accordance with the following Schedule of Supplies: NAICS Code: 339920; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS SOLICITATION. NO AWARD WILL BE MADE AGAINST THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. NATURE OF ACQUISITON: Holm Center/ Junior Reserve Officer Training Corps (JROTC) has a requirement to purchase Springfield 1903 Replica Rifles with rubber butt plates. The Schedule of Supplies/Services provides all items and quantities required. This procurement will be awarded under Simplified Acquisition Procedures. All offerors must have NAICS Code 339920 listed on their CCR Profile. Price is to include shipping and handling. ALL items are FOB: Destination. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of Springfield 1903 Facsimile Rifle (NSN 1005-01-519-421) or equal. "Equal" items will meet the following salient characteristics: i. Overall length: 43.2 in +/- 0.1 in. ii. Barrel length: 24 7/8 in. +/- 0.050 in. (measured from front edge of ejection port opening - based on 1903 A3/MK5 receiver) iii. Weight: 8.4 - 8.6 lbs iv. Center of gravity: within +/- ½ inch along barrel axis of MK5 MOD1 dummy - use 23 1/16 inches from muzzle as reference (required) location measured with drill rifle resting upright on knife edge jut in front of floorplate. v. All exposed stock and hand guard contours shall appear visually to be the same size and shape as the equivalent MK5 Dummy rifle components of original 1903 A3 wooden stock components vi. Minimum level of detail required for metal components includes representations of the following: Front Sight (no blade insert), Bayonet Stud Band (without bayonet lug), Stacking swivel (may be integral to Bayonet Stud Band), Front Sling Swivel and Band (positively retained in position), Floor plate / Trigger guard/Trigger (single unit or assembly), Read Sight (proper profile plus windage knob), Magazine Cut-off level (On-flag up position), Safety Lever (off/fire position - flag to left viewed from rear), Cocking Knob (fired position), Bolt handle/knob and cylindrical body (no safety lug or extractor representations required). vii. Articulated bolt action (slide/close) to allow visual inspection of breach to ensure no cartridge can be loaded. ------------------------------------------------------------------------------------------------------------------------------------ NOTE: The quantities listed below for the base year and all option periods are the maximum quantities for each year of the contract. Base Period: (14 Sep 09 - 31 May 2010) CLIN 0001: Purchase of Springfield 1903 Replica Rifles with rubber butt plates or equal. Quantity: 9,022 Each. Option Year One (1 Jun 2010 - 31 May 2011): CLIN 1001: Purchase of replacement Springfield 1903 Replica Rifles with rubber butt plates or equal. Quantity: 1,000 Each. Option Year Two (1 Jun 2011 - 31 May 2012): CLIN 2001: Purchase of replacement Springfield 1903 Replica Rifles with rubber butt plates or equal. Quantity: 1,000 Each. Option Year Three (1 Jun 2012 - 31 May 2013): CLIN 3001: Purchase of replacement Springfield 1903 Replica Rifles with rubber butt plates or equal. Quantity: 1,000 Each. Option Year Four (1 Jun 2013 - 31 May 2014): CLIN 4001: Purchase of replacement Springfield 1903 Replica Rifles with rubber butt plates or equal. Quantity: 1,000 Each. DELIVERY SCHEDULE: The contractor is to deliver all requested replica rifles to the JROTC unit addresses identified in the Attachment within sixty (60) days of the date the contract is awarded. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must accede to all solicitation requirements, including technical, delivery requirements (see Schedule of Supplies/Services and the Attachment for 2009 shipping list), and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including attached specifications, CLINs 0001 through 4001, 60- day delivery requirement from receipt of award, and all other terms and conditions." b. Suitability to meet in National Drill Competition - The rifle proposed by the offeror must have been used by a JROTC cadet in a National High School Competition in the Masters Demilitarized Armed Regulation Division. To validate this prior usage, offeror must provide the name of the school, name of competition, date of the competition, school point of contact and telephone number. c. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, and DFARS 252.225-7000, Buy American Act Certificate with quotation. d. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". e. SAMPLE RIFLE SUBMITTAL: The offeror must submit a sample rifle that meets the requirements identified in the attached specifications. Sample rifle must be submitted to the following address: 42d Contracting Squadron, ATTN: Captain Christopher Marquis, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. f. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. g. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Multiple Offerors neither Multiple Awards will be considered. A single award of a firm-fixed price requirements contract is anticipated. BASIS FOR AWARD Award will be based on technical acceptability, past performance and price as follows: a. Technical Acceptability: Offerors will be determined technically acceptable based on the following: (1) Accession Statement: Offerors must provide the written accession statement reflected in the "Quotation Preparation Instructions", paragraph "a., above." (2) Durability of Sample Test Rifle: Test rifle must withstand dropping from a height of 12 feet onto a reinforced concrete surface a minimum of 20 times from multiple angles. Further, rifle must not show any signs of damage or breakage other than normal wear. Note: When testing is completed, sample rifle will be returned to contractor at Government expense. b. Past Performance: Suitability to meet in National Drill Competition - Rifle must have been used by a Junior Reserve Officer Training Corps (JROTC) cadet (any service component) in a National High School Competition in the Masters Demilitarized Armed Reguation Division. c. Price: All technically acceptable offerors will be evaluated based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.203-6- Restrictions on Subcontractor Sales to the Government 52.204-7 - Central Contractor Registration 52.211-6 - Brand Name or Equal 52.212-4 - Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-4, Notice of price evaluation prference for HUBZone small dusiness concerns 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 52.219-28, Post Award Small Business Program Representation 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 Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues of Fees 52.222-54, Employment Eligibility Verification 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities 252.203-7000, Requirements Related to Compensation of Former Dod officials 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) 252.219-7004, Small Business Subcontracting Plan (Test Program) 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 52.252-2, CLAUSES INCORPORATED BY REFERENCE 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 a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil 52.216-18 - Ordering. (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 14 Sep 2009 through 31 May 2010. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 -- Order Limitations. (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 9,500 each; (2) Any order for a combination of items in excess of 9,500 each; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 15 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-21 -- Requirements. (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 May 2010. (End of Clause) 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days before the contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 57 months. AFFARS 5352.201-9101 Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: marie.thompson@maxwell.af.mil Contract Specialist: christopher.marquis@maxwell.af.mil Contracting Officer: sandra.turner@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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 a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing via e-mail to: Captain Christopher Marquis, at christopher.marquis@maxwell.af.mil. All inquiries/responses to this notice must be received by 8 Sep 2009, NLT 2:00 p.m. Central Daylight Savings Time (CDST). Email is the preferred method. Point of Contact: Christopher Marquis, Contracting Officer, Phone (334) 953-6776, Fax (334) 953-2856. Attachment 2009 Shipping List
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA79180A001-1/listing.html)
- Place of Performance
- Address: Maxwell AFB, Montgomery, Alabama, 36112-6334, United States
- Zip Code: 36112-6334
- Zip Code: 36112-6334
- Record
- SN01925050-W 20090827/090825235916-1efee814e2136310fb95e37a4301b241 (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 |