Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

78 -- BPA for Federal Stock Ammunition - Bid Sheet / Price List 1-2

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSW - GEOINT/Enterprise Operations, Attn: OCSW Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
HM157518Q0009
 
Point of Contact
Samuel J. Adkins, Phone: 3146760218, Jeffrey H. Teague, Phone: 3146761655
 
E-Mail Address
samuel.j.adkins@nga.mil, jeffrey.h.teague@nga.mil
(samuel.j.adkins@nga.mil, jeffrey.h.teague@nga.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Bid Sheet / Price List 1-2 Amendment 02 1. Attachment 1 is updated and uploaded as Attachment 1-2 2. The following item description is corrected Federal 12 Gauge 2 3/4 inch Shotgun rifled hollow point slug reduced recoil law enforcement load P/N changed to LEB127 LRS. Offer due Date Remains 1/19/2018 Amendment 01 The following items are amended 1. The offer due date is changed to January 19, 2017 2. Attachment 1 is updated and uploaded as Attachment 1-1 3. The following item descriptions are corrected a. Federal 9mm HST P/N P9HST3, 9mm 124 Grain +p Jacketed Hollow Point, 1,000 rounds per case. b. Federal Gold Medal Match.308 Win, 175 Grain BTHP P/N GM308M2, 200 rounds per case Original Synopsis/Solicitation 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; offers are being requested and a written solicitation will not be issued. The solicitation number is HM157518Q0009 and it is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. This solicitation is being issued as a 100% Service Disabled Veteran Owned Small Business Set aside. The applicable North American Industry Classification System (NAICS) code is 451110, "Sporting Goods Stores". The NAICS Small Business Size Standard is $15,000,000.00. The National Geospatial-Intelligence Agency (NGA), intends to establish multiple Centralized Blanket Purchase Agreements (BPA) for all NGA requirements under Federal Stock Classification 1305 Ammunition Through 30MM. The following "Brand Name" only "Standard" ammunition is currently required. Substitutions will not be accepted. Quantities shown are estimated. This list is the current projected requirements per year for the next five years. NGA may add, delete or alter ammunition requirements throughout the life of the BPA. •1. Ammunition Specifications Column 1 ITEM Column 2 DESCRIPTION Column 3 UNIT OF MEASURE Column 4 Est. Annual Quantity Per BPA Federal 9mm HST P/N P9HST3 9 mm 124 grain bonded jacketed hollow point 1000 round case 68 Federal 223 T223L P/N T223L Premium Law Enforcement.223 caliber 64 grain Hi-Shok pointed soft lead 500 round case 167 Federal 168gr P/N LE308TT2 Cartridge.308 caliber Winchester (7.62x51 mm) 168 grain tactical bonded tip match grade 200 round case 11 Federal 175gr P/N LE308TT2 Cartridge.308 caliber Winchester (7.62x51 mm) 175 grain tactical bonded tip match grade 200 round case 11 Federal P/N LE132 00 12 gauge 2 ¾ inch shotgun "00" buckshot reduced recoil law enforcement load 250 round case 19 Federal P/N LE127 LRS 12 gauge 2 ¾ inch shotgun rifled hollow point slug reduced recoil law enforcement load 250 round case 13 Speer 9mm FF9B2 Training marker round blue 50 round case 100 Speer 9mm FF9R2 Training marker round red 50 round case 100 2. Place of Delivery The delivery locations will typically be at the National Geospatial-Intelligence Agency (NGA) campuses, NGA East (NCE) in Springfield, VA & the NGA west (NCW) location in Arnold, MO. The specific location of each order placed will be specified in the order. 3. Period of Performance The period of performance will be five years starting from the date of award. 4. Offer preparation instructions: Attached to this notice are two documents. •a. Attachment 1 is a list of "Standard" Ammunition currently required by the NGA and the estimated quantities that might be ordered from each BPA holder for fiscal year 2018 (note these quantities are just an estimate). Attachment 1contains Columns for each respondent to provide their unit price and total price based on the estimated quantity. In the event an offeror is awarded a BPA this attachment will be utilized to establish the first year price list for their BPA. •b. Attachment 2 is a sample BPA with all applicable clauses terms and conditions. By submission of an offer respondents are accepting these Clauses Terms and Conditions. Offerors are also required to submit the following information. •a. Company Name •b. DUNS # •c. Cage Code •d. An affirmative statement that they acknowledge all terms and conditions in the sample BPA •e. An affirmation that the offeror has the capability to provide all of the brand name ammunition as specified in Attachment 1. •f. An affirmative statement that delivery will be 90-days or less from receipt of order for all quoted ammunition. 5. Evaluation and Award: BPAs will be established with the two or three best value offerors. Best value shall be based on the following: The two or three lowest total annual price offers from the attachment 1, who have provided a complete response in accordance with item 4 above, and determined to be responsible will be awarded a BPA Failure to respond to this RFQ and any associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. Offerors are advised that the Contracting Officer will verify active registration in the System for Award Management (SAM) database prior to award of any contract, by entering the potential awardee's DUNS number into each database. Failure to complete the registration will result in elimination from consideration for award. Quotations are due 2:00 PM, January 12, 2018 and should be emailed to Samuel Adkins at Samuel.j.adkins@nga.mil. Quote shall be good for 30 calendar days after close of RFQ. The following provisions apply to this acquisition: 52.212-1, 52.212-3 ( Alt 1 ), all clauses and provisions referenced in this announcement may be accessed at the following website: http://www.acquisition.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157518Q0009/listing.html)
 
Place of Performance
Address: 3838 Vogel Rd, Arnold, Missouri, 63010, United States
Zip Code: 63010
 
Record
SN04787800-W 20180113/180111231225-0d9bcd491694e5738d3fb86fb4bce750 (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.