Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2019 FBO #6466
SOURCES SOUGHT

13 -- Training Munition

Notice Date
8/5/2019
 
Notice Type
Synopsis
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
SA-4 Navy Hill, South Building 2430 E Street, N.W. Washington DC 20037
 
ZIP Code
20037
 
Solicitation Number
191NLE19N0049
 
Response Due
8/12/2019
 
Point of Contact
Dennis M. Fuentes, Senior Contract Specialist, Phone 2027369139
 
E-Mail Address
fuentesdm@state.gov
 
Small Business Set-Aside
Total Small Business
 
Description
RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0049) Page 1 of 5 s Department of State Bureau of International Narcotics and Law Enforcement Affairs (INL) Acquisition of Training Munitions For Colombian National Police Anti-Narcotics Directorate (DIRAN) RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0049) Page 2 of 5 I. SOURCES SOUGHT SUBMISSION NOTICE This Sources Sought will be used to identify potential sources that are interested in and capable of performing the work described in this "Draft" Statement of Work (SOW). In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought is issued solely for conducting market research, information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. The purpose of this Sources Sought is to communicate and solicit feedback from industry on the "Draft" version of an upcoming overseas requirement for Acquisition of Training Minitions For Colombian National Police Anti-Narcotics Directorate (DIRAN). Contractors shall provide company capabilities and pictures. The NAICS Code for this requirement is 332992 - Small Arms Ammunition Manufacturing. Please do not provide generic capability statements, as they shall add no value to this Sources Sought. The Government is seeking specific information in conjunction with the specifications of this requirement. The page limitation for responses is 10 pages. All responses shall be submitted in writing via email to Dennis M. Fuentes (Senior Contract Specialist) at fuentesdm@state.gov, no later than 11:00 AM, EST on August 12, 2019. In order to participate in the resulting RFQ and to be eligible for an award, the proposer must have (i) a current CAGE Code, (ii) a DUNS#, (iii) be registered to do business with the Government of the United States in the System For Award Management (SAM) and not be on the Excluded Parties List: https://www.sam.gov II. COMPANY INFORMATION Company Name Address DUNS Number Company Website POC Name Phone Email III.SOCIOEONOMIC STATUS a. Provide information pertaining to your company's socio-economic status for federal procurement programs (small, HUBZone, 8(a), Women-owned, veteran-owned, etc.) RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0049) Page 3 of 5 under NAICS code 332992. The size standard for NAICS 332992 is 1,250 employees. Unless the SBA has granted a class waiver of the NMR for a particular product, the company will either be required to be the manufacturer of the products offered or qualify for the procurement as a "nonmanufacturer". In accordance with FAR 19.102(f), the applicable size standard for a "nonmanufacturer" is 500 employees. Response: b. Is your company the manufacturer of all the products included in Attachment 1? Response: c. If your company is not the manufacturer, identify the manufacturers' names, addresses, DUNS numbers, and other pertinent information. Are all manufacturers U.S. small business concerns? Response: d. If the manufacturer is not a US small business concern, has the SBA issued a class waiver of the non-manufacturer rule for the product? If so, please identify the applicable class waiver(s). Response: IV.PRODUCTS AND SERVICES a. Provide a list of the products sold by your company meeting the requirements of this Sources Sought. Where a particular standard is included in the Sources Sought, address your company's product compliance with said requirements. Please note that unless explicitly stated all products in Attachment 1 will be solicited on a brand name or equal basis. Response: RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0049) Page 4 of 5 b. Is your company an authorized seller of the above-mentioned products in Colombia? If so, what business licenses does your company possess in Colombia? Response: c. What areas of Colombia does your company service? Briefly describe your current logistical capabilities in Colombia. Response: d. Provide a brief description of your corporate experience in Colobia and Latin America. Response: e. Are the products sold by your company covered under warranty in Colombia? If so, what is the length of the warranty offered? Are repairs handled in country? Response: f. Does your company provide training in Spanish? If so, is training accomplished via Spanish speakers or via the use of translators? Response: g. Are equipment manuals provided in Spanish? Response: h. Would your company need to subcontract any part of the work? Please explain. Response: RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0049) Page 5 of 5 V. EXISTING CONTRACTS a. List any existing contract vehicles through which the US Department of State can access your company's products and services (i.e. GSA FSS, IDIQs, etc.) Response: VI.RECOMMENDATION a. Did your company identify any areas in the draft specifications that present excessive risks or other concerns? If so, please provide detailed information and suggested mitigation. Response: Training Munitions EMBASSY OF THE UNITED STATES OF AMERICA U.S. Department of State Bureau of International Narcotics and Law Enforcement Affairs (INL) Bogotá, Colombia STATEMENT OF WORK (SOW) DATE: July 16, 2019 PR NUMBER: DESCRIPTION: Training Munitions for Colombian National Police Anti-Narcotics Directorate PROGRAM: INL Rural Security RECIPIENT: Colombian National Police Anti-Narcotics Directorate (DIRAN) 1 BACKGROUND The Organized Crime and Counter Narcotics Program of the International Narcotics and Law Enforcement Affairs Bogota Section will provide training munitions for the training of Colombian National Police personnel responsible for combatting transnational narcotics trafficking and other criminal activity. Currently, the Colombian National Police Anti-Narcotics Directorate (DIRAN) units do not have sufficient training munitions required to safely and efficiently realize the required training. The UTM ammunition requested was selected through extensive market research, range trials and consultation with US military and is currently used by CNP units. The evaluation of UTM's training value focused on ease of use, reliability, weapons maintenance and range safety. 2 TECHNICAL SPECIFICATIONS ITEM DESCRIPTION 1 9mm MMR - Red. NSN 1305-99-731-5337 2 9mm MMR Blue. NSN 1305-99-762-6516 3 5.56mm MMR Red. NSN 1305-99-776-2869 4 5.56mm MMR Blue. NSN 1805-99-226-0586 3 DELIVERY (SHIPPING AND HANDLING INSTRUCTIONS) The vendor is responsible for the delivery of all items listed above under appendix 2, technical specifications of items. All items shall be delivered to INL Freight Forwarder in Doral, FL. - USA. Freight Forwarder Information and POC: • SHIPPING ADDRESS Goldbelt Specialty Services, LLC Training Munitions 11380 NW 34th Street Door 15 Doral, FL 33178 Tel: 786.348.3852 Atn. Richard Issa richard.issa@goldbelt.com The Contractor shall consolidate the entire shipment to prevent loss and misdirection. The contractor, upon notification, shall replace any lost or damaged items during shipment. The items being acquired shall be donated to the government of the ultimate destination, Colombia. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, required material data safety sheet, licenses, and paperwork. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. • Marking and packing guidelines. All boxes shall be marked clearly as follows: EMBAJADA DE ESTADOS UNIDOS BOGOTA, COLOMBIA- INL C/O Goldbelt Specialty Services Warehouse Bogota, Colombia Order No. (Insert) Box #__ of __ (if applicable) ATTN: INL/Colombia (Improperly marked shipments may be rejected by the Government) PLEASE NOTE: All orders are ultimately intended for an overseas destination. If the shipment contains wood packaging material, the packing and palletizing must conform to the International Standard for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the packing materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and shall be corrected at the contractor's expense. 3.1. SOLICITATION CONSIDERATIONS This is lowest price technically acceptable, the seller certifies that it is an authorized distributer of the similar product being sold to the Department of State and that it has the certification/specialized level required by the manufacturer to support both the product sale and product pricing in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, the Seller warrants that the products are 100% new, all accepted manufacture original parts and in their original box (es). In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) in a timely manner, received no later than the closing date and time for this solicitation. Training Munitions All Quotes must be valid for 90 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. All components/parts of the requested equipment must be manufacturer-approved and may not be compatible, remanufactured, or refurbished component/part. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of contract award. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been, substantially transformed, in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered, substantially transformed, and based solely on its integration into IT or other systems The Contractor and its employees shall exercise the utmost discretion concerning all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract, which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. 4 TYPE OF CONTRACT This is a Firm-Fixed Price (FFP), single award contract, with the optional quantities. Items outlined under APPENDIX 2, TECHNICAL SPECIFICATION OF ITEMS below shall be brand name or equal of the purchase request under NAICS 334519. The FFP price shall include all direct and indirect costs, profit, export license, shipping/delivery charges (if any), and any and all insurances. No additional sums will be payable on account of any escalation in the cost of materials, equipment or labor, or because of the Contractor's failure to properly estimate or accurately predict these prices or difficulty of achieving the results required by this contract. The price will not be subject to adjustment after award nor will be adjusted on account of fluctuations in the currency exchange rates. 5 WARRANTY Training Munitions To facilitate expeditious return of warranty items and to avoid delays in the warranty process, the offeror shall provide within 30 days of notification of a warranty action the required information to facilitate shipping of warranty items to manufacturer. This includes, but is not limited to, information to ensure full compliance with ITAR regulations and no delay in providing the Reference RA# and a shipping address. 6 CUSTOMS CLEARANCE AND TAX EXEMPTIONS If applicable, the U.S. Government will assist the Contractor in obtaining customs clearance and tax exemption certificates from the Government of Colombia in accordance with the packing, marking, and submission of documents as instructed herein. 6.1. EXPORT LICENSE The Contractor shall comply with Sections 38-40 of the Arms Export Control Act (AECA) (22 U.S.C. 2778-2780) and the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130) as required, for the prosecution of work under this contract at no additional cost to the Government. Failure to be in compliance with AECA and ITAR by date planned for commencement of contract performance as well as during the entire performance of work under this contract may result in contract termination. Any penalties rendered to the Contractor, as a direct result of being found non-compliance with AECA and ITAR will be the responsibility of the Contractor. For additional information on AECA and ITAR, see http://www.pmddtc.state.gov/. A clear English language description of Technical Specifications AND Pictures are required with the submission of quote. 7. INSPECTION AND ACCEPTANCE The equipment shall be delivered to INL warehouse in Colombia. The packing list of all equipment shall include at a minimum: description, brand name, serial number (if any), and quantities. The INL logistics team shall assign and inventory sticker on all non-expendable items, with an assigned INL serial number that facilitates End Use Monitoring. 8. PERIOD OF PERFORMANCE (POP) Performance period for this contract will be no more than 120 days from the date of award. The Contractor shall interpret any reference made to days, as calendar days. 9. EVALUATION FACTORS The following information should be carefully reviewed by any vendor contemplating an offer for this contract: INL reserves the right to reject a quotation that is technically unacceptable, unreasonably high in price, or missing required information. To be considered for award, the contractor must be determined by the Contracting Officer to be responsible in accordance with the standards described in FAR 9.104-1. Training Munitions To be considered for award, the contractor must be registered in SAM (www.sam.gov). Exceptions to this requirement are enumerated in FAR 4.1102. INL will award the contract to the vendor whose offer is lowest price technically acceptable and whose offer or is in compliance with the terms of the RFP to include the technical information required by Section 2. The following factors shall be used to evaluate proposals for technical acceptability: The offer conforms to the requirements found within the solicitation and its attachments and provides the necessary information required within its contents. Responses to requirements include an approach that meets or exceeds minimum requirements. Submissions must include sufficient detail for effective evaluation and substantiation of stated claims. Submissions must provide convincing rationale for how requirements will be met. Responses to requirement do not rephrase or restate the Government's requirements. Proposed Work Plan: The Contractor's proposal should include detailed information about the following: Logistical aspects: Detail any additional costs that would result due to logistics. At a minimum, the Contractor should explain in detail the following: Proposed timeline including time for the drafting of the final report; Proposed travel of team members. Performance measures: The plan should provide a detailed explanation of methods to be used to ensure that all requirements are met: timeline, costs, objectives, and resources. Experience: In addition to reviewing individual team member experience, INL will carefully review past performance and experience of the proposed contractor. Please provide at least three examples of previous projects similar to this solicitation. The examples can focus on one or more aspects of this solicitation; however, at a minimum, examples should provide relevant experience for each of the criterion listed within the contractor requirements and deliverables. 10. CONFIDENTIALITY CLAUSE The Contractor and its employees shall exercise the utmost discretion concerning all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract, which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the Colombian National Police (CNP). Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do not cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Training Munitions Likewise, the CONTRACTOR must be committed under a confidentiality agreement signed with the National Police, that the information provided may not be partially or totally disclosed to third parties, nor used for purposes other than the development of the contract. Likewise, the CONTRACTOR shall ensure the care, confidentiality and correct use of the information delivered and generated during the execution of the contract, as well as of the elements that the National Police makes available for its execution. End of SOW NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/191NLE19N0049/listing.html)
 
Place of Performance
Address: US Embassy Bogota, 1
Country: CO
 
Record
SN05392418-F 20190807/190805230015 (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.