SOLICITATION NOTICE
13 -- Training Ammunition
- Notice Date
- 12/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- RFQ-10-0155
- Archive Date
- 1/2/2010
- Point of Contact
- Richard Hutchinson, Phone: (202)874-0693
- E-Mail Address
-
Richard.Hutchinson@bep.treas.gov
(Richard.Hutchinson@bep.treas.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 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. The solicitation number is RFQ-10-0155. This acquisition will be Service Disabled Veteran Owned Small Business Set-Aside, the North American Industry Classification System (NAICS) code is 332992. The business size standard is 1000 employees. This request for quotation consists of the following:.45 caliber Auto 155gr. 70,000 rounds This is now a Brand Name or Equal acquisition, all equal submissions must be accompanied by specific product information for evaluation or it will not be considered for award. This may include product literature, manufacturer specifications and other documents necessary to evaluate compliance. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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. The following factors shall be used to evaluate offers: 1: Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAr 52.211-6 Brand Name or Equal. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Interested parties should send questions regarding this Solicitation to the attn: of Richard Hutchinson at the Bureau of Engraving and Printing Office of Acquisition, 14th & C St, SW, Room 705-A, Washington DC 20228-0001, or via fax to (202) 874-2200. Responses shall be submitted no later than 3:00pm EST December 18, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0155/listing.html)
- Place of Performance
- Address: 14th C ST S.W., Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN02023050-W 20091216/091214234420-519d3eb3ad3fed90493f352b5f35b7b5 (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 |