SOURCES SOUGHT
13 -- AMMUNITION - SMALL ARMS - DRAFT SOW
- Notice Date
- 3/9/2017
- Notice Type
- Sources Sought
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
- ZIP Code
- 20228
- Solicitation Number
- BEP-RFI-17-0362
- Point of Contact
- Brandon Lee Wilson, Phone: 202-874-0022
- E-Mail Address
-
Brandon.Wilson@bep.gov
(Brandon.Wilson@bep.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- DRAFT SOW Type of Notice : Sources Sought for Small Business Set Aside Notice Number : BEP-RFI-17-0362 Short description of supply or service : Ammunition. PCS or FSC Code : 1305 Ammunition through 30 mm NAICS Code : 332992 Small Arms Ammunition Manufacturing Recovery and Reinvestment Act Action : No Response Date : March 14, 2017 Primary Point of Contact : Brandon Wilson Title of POC : Brandon Wilson, Brandon.Wilson@bep.gov, (202) 874-0022. Secondary Point of Contact : Gladys Wilks, Gladys.Wilks@bep.gov, (202) 874-2636. Description : This is a Small Business Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor, a promise to issue a solicitation in the future. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses (SDVOSB); 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses (WOSB); economically disadvantaged women-owned small businesses, (EDWOSB) or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for this potential requirement. The NAICS code for this sources sought is 332992 with a size standard of 1250 employees. The draft statement of work (SOW) is uploaded in order to review the requirement details. If a vendor feels that another NAICS code is more appropriate, please discuss that in your capability response. Responses to this Notice will assist the Government in determining the appropriate acquisition method, including whether or not a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this Notice." The Bureau of Engraving and Printing (BEP) has interest in, and is seeking small business vendors capable of providing ammunition to support the BEP's Office of Security, located at both of the its facilities (Fort Worth, Texas and Washington, DC). Vendors will be required to provide ammunition for weapons currently maintained by the BEP and additional types of ammunition as new types of weapons are purchased. The BEP would like to be able to purchase additional types of ammunition, beyond what is listed in the statement of work, from time to time for the purposes of testing and evaluating new types of weapons. The BEP anticipates establishing multiple award supply contracts with a twelve month base period and four (4) twelve month option periods. Contracts will be set up as indefinite delivery/indefinite quantity (ID/IQ) with fixed price (FP) line items. Responses to this Notice should include the following : 1.Are there any requirements in the draft SOW that do not follow commercial practices or that would require your company to take an exception to this requirement? 2.DUNS number, size and socioeconomics (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code; 3.Any other information that may be helpful in developing or finalizing the requirements. 4.Vendor's point of contact, including names, titles, telephone, and e-mail address. 5.Typical deliveries lead time(s). 6.Type(s) of Ammunition vendor is capable of providing. 7.Please indicate if you are a manufacturer, distributor, or wholesaler RESPONSE IS LIMITED TO (2) PAGES. The point of contact for this Notice is: Brandon Wilson, Contract Specialist, (202) 874-0022, Brandon.Wilson@bep.gov. Email responses to this Notice shall be sent to the attention of individual listed above. Due date for responses are no later than 5:00 p.m. EST on March 14, 2017. This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The BEP will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). If so, respondents are solely responsible for properly marking and identifying such information within their response. Place of Contract Performance : Eastern Currency Facility and Western Currency Facility. ECF address is: 14th & C Streets, S.W., Washington, DC 20228; WCF address is: Bureau of Engraving and Printing, Western Currency Facility, 9000 Blue Mound Road Fort Worth, Texas 76131 Set Aside : Small Business Set Aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/da062e1eab30299b3cf7c3e74eaef7ce)
- Place of Performance
- Address: ECF address is: 14th & C Streets, S.W., Washington, DC 20228;, WCF address is: Bureau of Engraving and Printing, Western Currency Facility, 9000 Blue Mound Road Fort Worth, Texas 76131, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN04430385-W 20170311/170309235201-da062e1eab30299b3cf7c3e74eaef7ce (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 |