SOLICITATION NOTICE
10 -- AR15/M4 Rifles - Combined Synopsis/Solicitation Text
- Notice Date
- 9/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories 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
- BEP-RFQ-14-0519
- Archive Date
- 10/31/2014
- Point of Contact
- Romeo Merenov, Phone: 2028740400, Donald I Baron, Phone: (202)874-3143
- E-Mail Address
-
romeo.merenov@bep.gov, Donald.Baron@bep.treas.gov
(romeo.merenov@bep.gov, Donald.Baron@bep.treas.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a copy of the Synopsis/Solicitation text. A copy of the Military Specifications MIL-C-71186 for the M4 carbine. Vendors' Representations and Certifications (must be completed if the same information is not provided at www.SAM.gov) Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ). The RFQ number for this requirement is BEP-RFQ-14-0519. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-76. This RFQ is set aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The applicable NAICS code is 332994 and the SBA size standard 1,000 employees. I.DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: A.The mission of the Bureau of Engraving and Printing, Office of Security, Police Operations Division is to prevent breach of the peace; enforce the laws, directives and regulations which govern the Bureau of Engraving and Printing; and to protect its employees, the facilities, and its assets and the nation's currency. B.The contractor shall provide and deliver twenty (20) AR-15/M4s to the Washington, DC facility and ten (10) AR-15/M4s to the Fort Worth, Texas facility (total of 30 weapons). The weapons and accessories shall comply with the attached Statement of Work (SOW). II.PERIOD OF PERFORMANCE A.The period of performance for this requirement shall be 60 calendar days after award of the contract. III.APPLICABLE CONTRACT CLAUSES AND PROVISIONS: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAY 2014) (FULL TEXT ATTACHED) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2014) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUL 2014) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.213-3 NOTICE TO SUPPLIER (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 PROTEST AFTER AWARD (AUG. 1996) 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) DTAR 1052.201-70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) APPOINTMENT AND AUTHORITY (AUG 2011) DTAR 1052.210-70 CONTRACTOR PUBLICITY (AUG 2011) DTAR 1052.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (AUG 2012) IV.APPLICABLE SOLICITATION CLAUSES OR PROVISIONS : 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (APR 2014) The full text of incorporated clauses is available at the following websites: http://www.acquisition.gov/far/index.html or http://farsite.hill.af.mil V.ADDITIONAL CONTRACT REQUIREMENTS DETERMINED BY THE CONTRACTING OFFICER TO BE NECESSARY FOR THIS ACQUISITION: SUBMISSION OF QUOTES, BASIS OF AWARD, AND EVALUATION CRITERIA: The Government intends to award a Firm Fixed Price (FFP) Purchase Order (PO) for the purchase and delivery of AR-15/M4 carbines and accessories. All work shall be completed in accordance with the attached SOW. The successful offeror will be determined on the Lowest Price Technically Acceptable (LPTA) basis. The Government intends to select one Service Disabled Veteran Owned Small Business (SDVOSB) contractor for award, whose offer is found technically acceptable and provides the best value to the Government. All proposals must be complete and contain the offerors' best and final costs and price, including all handling, freight, crate, and transfer costs. The Offeror's proposal shall be submitted electronically, no later than 12:00 PM EST on 23 September 2014, via email to Romeo.Merenov@bep.gov. IT IS THE OFFEROR'S RESPONSIBILITY TO ENSURE THAT ALL CONTENT IS INCLUDED IN THE OFFER AND THAT THE OFFER IS RECEIVED BY THE GOVERNMENT. Offeror's responses shall contain the following: a)Quote validity guarantee of 90 calendar days; b)Technical Proposal. The vendors must specify all items required by the SOW and including their make, model, and color, as required by the SOW. It is recommended that the vendors provide visual representations of the proposed products in order to assist the overall evaluation. c)Price Proposal with unit price(s) and total price; and d)Past performance. The vendor must provide 2-3 past performance references for similar requirements of similar value. The acceptable past performance may have been with Federal, State, or private entities and should include the following information: i.Name of Contracting Activity or Customer Organization; ii.Contract Number or other identification number; iii.Contract Type; iv.Total Contract Value or Volume; v.Brief Description of Product; and vi.Point of Contact with correct/current telephone number. The award will be made using the Lowest Price Technically Acceptable (LPTA) approach, with appropriate consideration given to: a)Technical (capability of the item); b)Price; and c)Past Performance. The Government will evaluate quotes and make a Technically Acceptable determination based on the evaluation of non-price and price factors. For the purpose of this solicitation, Technically Acceptable shall mean that the quote clearly meets the minimum requirements specified in the SOW, and Technically Unacceptable shall mean that the quote clearly does not meet the minimum requirements specified in the SOW. The factors are: a)Factor I. Technical Evaluation of the Technical factor will apply to the criteria listed below and all areas will have to meet or exceed the requirements of the PWS in order to be considered Acceptable. All factors and sub-factors will be evaluated on a "Pass/Fail" basis. In order to be considered Technically Acceptable, the proposal must meet all criteria in the SOW. 1.Rifle and components, as outlined in SOW 3.1.A; 2.Rifle accessories, as outlined in SOW 3.1.B; 3.Optional: Testing, as outlined in SOW 3.2. b)Factor II. Price The Government will evaluate price of the technically acceptable offers by considering all price factors, including separately priced items and total cost. Where multiple vendors are found to be technically acceptable, c)Factor III. Past Performance The past performance information will be used in determining the vendors' overall capability to meet the current requirement and will not be given a specific rating. Vendors without relevant past performance must clearly state so in the proposal. Lack of relevant past performance will be considered neither favorable, nor unfavorable. The Point of Contact (POC) for this requirement is: Romeo Merenov Contract Specialist 202-274-0400 romeo.merenov@bep.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-14-0519/listing.html)
- Place of Performance
- Address: Bureau of Engraving and Printing, Annex Building, D Street, Between 13th and 14th Streets, SW, Washington, District of Columbia, 20228-001, United States
- Record
- SN03516360-W 20140919/140918000522-97c4af9990aae207066e49cf87091942 (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 |