Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
DOCUMENT

13 -- Duty and Training Long Gun and Short Gun Ammunition - Attachment

Notice Date
9/12/2018
 
Notice Type
Attachment
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
36C26118Q9372
 
Response Due
9/17/2018
 
Archive Date
9/20/2018
 
Point of Contact
Angela Xavier
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9372 Posted Date: 9/12/2018 Original Response Date: 9/17/2018 Current Response Date: 9/17/2018 Product or Service Code: 1305 Set Aside: SDVOSB NAICS Code: 332992 Contracting Office Address NCO 21 3230 Peacekeeper Way Bldg. 209 McClellan, CA Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 (effective 24 Jan 2018). The associated North American Industrial Classification System (NAICS) code for this procurement is 332992, with a small business size standard of 1250 employees. This acquisition is set aside on the open market for VA Vendor Information Pages (VIP) verified Service Disabled Veteran Small Businesses (SDVOSB). The VA Palo Alto Healthcare System (VAPAHCS) seeks to acquire for Police Services long gun and service pistol ammunition as defined and described herein, for delivery to: 3801 Miranda Ave, Palo Alto, CA 94304. This acquisition is restricted to the following brands. All interested companies shall provide quote for the following: Supplies Price-Cost Schedule Long Gun Ammunition: Item # Description/Part Number Total Rounds Price 1 Long gun ammunition of ONE of the following 23,500 Brands: *Speer Gold Dot SP 62 grain.223/5.56mm; or *Federal-Tactical Bonded 62 grain.223/5.56mm 9mm Service Pistol Ammunition: Item # Description/Part Number Total Rounds Price 2 9mm service pistol ammunition of ONE of the following 120,000 brands: * Remington Arms Golden Saber, 124 gr Brass Jacketed Hollow Point; or, * Speer LE Gold Dot 124 gr, (Product #53618); or, * Federal Premium HST 124 gr (Product # P9HST1). TOTAL PRICE Offerors shall state the number days after receipt of order/award of contract that the requirement will be delivered in full. Delivery terms are to be FOB destination. The contractor shall deliver all line item(s) to the address indicated above in the Delivery Schedule. Award shall be made to the offeror whose quotation offers the best value to the government. The government will evaluate information based on the following evaluation criteria: (1) meeting or exceeding the requirement, and (2) price.     The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://sam.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-50 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 14(i), 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. Vendors shall provide a quote in 1 volume containing: Completed Price-Cost Schedule (found on page 3 above) Vendor quote on company letterhead. Authorized Distributor letter issued by manufacturer. 2) Grey Market Prevention Language (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote 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. Technical: The vendor s quote must meet the brand name and other requirements specified in this combined synopsis/solicitation. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptability of the products offered will be assessed based on the offer s conformity to the brand-name requirements specified herein. The technical ratings are defined as follows: Acceptable: Quote clearly contains all the required brand-name characteristics for the designated items and line item descriptions of the solicitation. Unacceptable: Quote does not clearly meet the brand-name requirements and line item descriptions of the solicitation. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. Award will be made on a Lowest-Priced, Technically Acceptable basis. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotations shall be emailed to angela.xavier@va.gov. This is an open-market combined synopsis/solicitation for duty and service ammunition as defined and specified herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than September 17, 1:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, angela.xaver@va.gov before September 14, 2018, 11:00 a.m. Pacific Time. Point of Contact Angela Xavier, Contract Specialist, angela.xavier@va.gov Attachment 1 DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C26118AP0426 Contracting Activity: Department of Veterans Affairs, VISN 21, NCO-21 VAPAHCS, Police Services Brief Description of Supplies/ Services required and the intended use/Estimated Amount: VAPAHCS Police Services requires a quantity of 23,500 rounds of long gun ammunition and 120,000 rounds of 9mm service pistol ammunition. The ammunition will be used for both duty and practice. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The national VA Police Training Handbook specifies approved brands, grains, and calibers. Approved ammunition is limited to: Long gun ammunition of ONE of the following brands: *Speer Gold Dot SP 62 grain.223/5.56mm; or *Federal-Tactical Bonded 62 grain.223/5.56mm. 9mm service pistol ammunition of ONE of the following brands: * Remington Arms Golden Saber, 124 gr Brass Jacketed Hollow Point; or, * Speer LE Gold Dot 124 gr, (Product #53618); or, * Federal Premium HST 124 gr (Product # P9HST1). Description of market research conducted and results or statement why it was not conducted: Market research consisted of searches of GSA, DoD contract vehicles, communications with ammunition vendors and police services, and study of VA Regulations pertaining to ammunition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9372/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q9372 36C26118Q9372_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4589168&FileName=36C26118Q9372-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4589168&FileName=36C26118Q9372-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05085635-W 20180914/180912231025-4b10fec2c1d815aabcd3277b3b93033d (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.