Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:15B20119Q00000025
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 announce...
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; quotes are being requested and a written solicitation will not be issued. Federal Correctional Complex Allenwood, Allenwood, Pennsylvania is soliciting quotes (RFQ) for the following requirement under solicitation number 15B20119Q00000025: CLIN 0001 - Bushmaster XM15 Standard A3 Patrolman's Carbine, Pre Ban, SKU 90289 - 103 EA 16" Chrome-lined Barrel A2 Flash Hider 6 Position Stock Detachable Carry Handle A3 Style 5.56 Caliber M4 Feed Ramp Includes 1 - 30 round magazine CLIN 0002 - Remington 870 Police, 12 Gauge, SKU 82651 - 85 EA 3" 12 Gauge Chamber 18" Barrel, Improved Cylinder Parkerized Finish Ghost Ring Sights 6+1 Capacity Collapsible recoil reducing stock LOP 11.25 - 15" Trigger Guard Safety *Must have the capability to remove shells from the magazine tube by depressing shell latch rather than working the shotgun action to unload Brand name or equal item requirement. Quoters are required to submit manufacturer specification sheet with quote. Failure to provide required documents will result in the quote being removed from consideration. Pricing shall be FOB destination to Allenwood, PA 17810 and include all taxes and fees. Quoter shall be a manufacturer authorized Law Enforcement Dealer. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 dated 08-13-2019. This requirement is 100% Small Business Set-Aside for NAICS Code 332994, with a size standard of 1000 employees. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to quoters Commercial items applies to the acquisition. Quoters shall include a completed copy of FAR provision 52.212-3, Quoter Representations and Certifications Commercial Items, and furnish Quoters Federal Tax Identification Number, DUNS Number. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. Additional Terms and Conditions are attached. In addition items shall be Buy American Act Compliant. Each quoter is required to complete their representations and certifications in the System for Award Management (SAM). The System for Award Management (SAM) is online. SAM replaces CCR/Fed Reg, ORCA, and EPLS. If you have been using those systems, you should now go to www.sam.gov to find your information. Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. This requirement is a Firmed-Fixed-Price contract. The best value evaluation method will be used. The Government expects to award a contract(s) resulting from this solicitation to the responsible Quoter(s) whose quote(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government reserves the right to make a single award or multiple awards from this solicitation if it is advantageous to the agency. A quotation is not an offer and cannot be accepted by the Government to form a binding contract. An order, in writing, will need to be offered by the government and accepted by the supplier. The Best Value Determination method will be used to make award for this requirement. FAR defines "Best value" as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Considerations for this best value determination include 1 - Price; 2 - Past Performance to include timeliness of delivery, providing correct product as specified, completing order as awarded/quoted, quality of items provided, and providing the correct quantity of items awarded, as well as FAPIIS and PPIRS reports; 3 - Technically Acceptable Item. Quotes shall be submitted electronically to nguzenski@bop.gov by 1200 PM EST on Wednesday September 4, 2019. Attachment size cannot exceed 14 MB. It is the Quoters responsibility to confirm receipt of their quote.