Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2014 FBO #4642
SOLICITATION NOTICE

10 -- Weapons and Ammo both Foreign and U.S. Domestic - RFP Package

Notice Date
8/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-14-R-WEAPONAMMO
 
Archive Date
9/6/2014
 
Point of Contact
Amy N. Anderson-Strother, Phone: 8138267055, Charlotte Williams, Phone: 813-826-2724
 
E-Mail Address
amy.andersonstrother@socom.mil, charlotte.williams@socom.mil
(amy.andersonstrother@socom.mil, charlotte.williams@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis and solicitation. The United States Special Operations Command (USSOCOM) intends to establish one or more contract awards to fulfill continuing requirements for foreign non-standard, U.S.-obsolete, and commercial weapons, commercial ammunition and accessories. Vendors must have the capability to ship the items, once procured, to multiple locations CONUS and OCONUS. Interested vendors must be capable of supporting the U.S. Government’s mission in accordance with all applicable U.S. and foreign regulations for the acquisition and transit of weapons. Vendors shall obtain and maintain all required registrations and licenses for conducting this type of business. In addition, all contractors shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment. The overarching intent of this program and procurement action is to find and use a source or vendor that can reach around the world at any given moment to gather and provide multiple types of weapons, munitions and accessories. Weapons covered under this combined synopsis and solicitation may include, but are not limited to, the following: AK-47 and AKM Variants ( A v tomat Kalashnikova 1947 ) AK-74 Variants (Avtomat Kalashnikova 19 74) PK Machine Gun Variants (PK/PKS/ PKM/PKMS) Submachine Guns Heckler and Koch G-3 (Gewehr 3 – Rifle) FN FAL (Fabrique Nationale Fusil Automatique Leger) MGL (Multiple Grenade Launcher MG3 (Maschinengewehr 3) RPK (Ruchnoi Pulemet Kalashnikova) DShK ( Degtyarev-Shpagin, large caliber ) Dragunov SVD (Snaiperskaya Vintovka Dragunova, or Dragunov Sniper Rifle) 82mm Mortar System 9mm Pistols (e.g. Glock 19, Walther PP/PPK [ Polizei Pistole and Polizei Pistole Kur ], CZ-52 Tokarev Pistol Makarov PM [ Type 59 and other versions ] ) RPG (Ruchnoy Protivotankoviy Granatomet, Commonly Referred to as Rocket Propelled Grenade) Launchers: RPG-7 NSV Machine Gun SPG-9 Recoilless Gun Munitions covered under this survey may include, but are not limited to, the following: 5.45x39mm Ball 5.45x39mm Blank 7.62x39mm Ball 7.62x39mm Blank 7.62x54R Ball 7.62x54R Blank 12.7x108mm Ball 12.7x108mm API PG-7VMs 7.62x54R Links 7.62x54R Links Machines 12.7X108mm Links 12.7x108mm Linking Machines To determine which companies the Government will award to, a competitive proposal exercise will be conducted. The purpose of this exercise is to evaluate contractor’s knowledge of the foreign non-standard weapons and ammunition importation process to ensure that only contractor’s well versed in the importation process are offered an Agreement. At a minimum, interested contractors shall: · Provide an overview of their company and its capabilities. · Submit a proposal for some, all or none of the following listed requirements. Statement of Work for (30) each Makarov handguns (60) each AK-74 (long version) with accessories mounted: adjustable butt stock, rail system (quad system extends to front sight post), top rail (extends to front of the receiver), ambidextrous safety, and extended safety lever both foreign and domestic. (10) each Krinkov AK-74 with accessories mounted: adjustable butt stock, picatinny rail system (quad system extends to front sight post), picatinny top rail (extends to front of the receiver), ambidextrous safety, and extended safety lever both foreign and domestic. (10) each AK-74 spare parts kit both foreign and domestic. (5) each PKM machine guns both foreign and domestic. (5) each SAKO TGR 42 Standard Stock, MMRS or ITRS Rails (.300 WinMag w/ suppressor and Bipod, military editions) both foreign and domestic. (5) each Schmidt and Bender 5-25 X 56 PMII/LP/MTC Scope both foreign and domestic. (5) each SVU-AS Sniper rifle or equivalent both foreign and domestic. (5) each Larue tactical LT112 (34mm ring size and leaver mounting type) both foreign and domestic (5) each Larue Tactical LT 788-2 ring mounts both foreign and domestic · Proposal shall: o Identify the licensing required for importing the required weapons and ammunition from a foreign location. o Provide an example of: § Final lot acceptance test results from the factory § Certificate of conformity from the factory o Provide a completed transportation matrix (Attachment #4) detailing the actions, responsible parties, and schedule for all actions required to successfully import the AK-47s and munitions from a foreign location. Proposals from contractors will be evaluated using the following information: · Contractor’s example proposal will be evaluated for completeness. · Contractors who do not submit an example proposal will not be considered. · Ensure that the contractor has provided the proper required licensing, final lot acceptance tests and certificate of conformity from the factory. · Transportation matrix will be evaluated to determine if it details the major key approvals/licenses required for importation. Aside from the information required from the proposal, each contractor responding to this notice shall provide: · Completed copy of the Representations and Certifications found at FAR 52.212-3 or a copy of the companies Online Representations and Certification (ORCA) documentation. Terms and Conditions of the anticipated Blanket Purchase Agreement are outlined in the Agreement. This is representative of terms and agreements which will be incorporated in the Blanket Purchase Agreement resulting from this notice. Proposals submitted in response to sample call solicitation notices released under the subject BPA will be evaluated based upon three factors: Technical Acceptability, Delivery Schedule and Price. Technical Acceptability will be evaluated on a technically acceptable or not technically acceptable basis. To be considered acceptable under the technical portion, a proposal shall provide sufficient evidence that the materiel offered will meet the technical requirements identified in the call solicitation notice. Technical performance beyond the minimal acceptable, as defined above, will not be given extra evaluation credit. Delivery Schedule and Price will be evaluated utilizing a best value determination. Delivery Schedule and Price are of equal importance. All pricing provided must include all associated transportation costs. All items procured will be inspected and accepted at the destination identified in the sample call solicitation notice detailed above. Interested parties shall submit their proposal or questions electronically to contracts specialist Charlotte Williams charlotte.williams@socom.mil or contracting officer amy.andersonstrother @socom.mil Responses will not be accepted after 12:00PM EST on 22 August 2014. No telephone requests for information are accepted; all requests shall be done in writing. The North American Industry Classification System (NAICS) code for this work is 332994. The small business size standard is 1,000 employees. Attachment Description 1 Sample Statement of Work 2 Weapon Proposal Matrix 3 Ammo Proposal Matrix 4 Transportation Matrix Exhibit Contract Data Requirement List A001 Ammunition Data Card (ADC) A002 Ballistic Acceptance Test Report A003 Explosive Hazard Classification Data A004 Weapon Inspection and Test Plan A005 Program Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-14-R-WEAPONAMMO/listing.html)
 
Place of Performance
Address: To be determined upon award, United States
 
Record
SN03457677-W 20140810/140808234814-f0c693ab6479b0b8fbbe28f5732b0b54 (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 |
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.