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; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); Solicitation number is H92244-08-T-0037, and a Firm Fixed Price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-22 effective 23 November 2007. The North American Industrial Classification Code (NAICS) 332994 with a business size standard of 1,000 employees applies to this procurement. This procurement is 100 percent Small Business set-aside. The DPAS rating for this procurement is DO-C9. FOB point is Destination.
Brand Name Justification: Specific brand name items are required for the end-item application use of this item. Accordingly, this specific equipment is essential to the Government requirements and other products do not meet and cannot be modified to meet the agencys needs.
Description of required Brand Name item:
CLIN 0001
Heckler & Koch Magazine, Maritime High Reliability 30 Round Steel, Color: Black, MFR Part Number 251770S
All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B Schedule of Supplies/Services
The list of contract line item(s) and items, quantities, and units of measure procured are as follows:
CLIN 0001 Heckler & Koch Magazine, Maritime High Reliability 30 Round Steel, Color: Black, MFR Part Number 251770S Qty 1,000 EA
Required delivery date is 30 days after date of contract or as soon as possible. Partial shipments are acceptable. Deliver to Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
CLAUSES INCORPORATED BY REFERENCE:
FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995)
FAR 52.204-7 Central Contractor Registration (Jul 2006)
FAR 52.211-6 Brand Name or Equal (Aug 1999)
FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006)
FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2007) (DEVIATION)
FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)
FAR 52.219-14 Limitations on Subcontracting (Dec 1996)
FAR 52.222-3 Convict Labor (Jun 2003)
FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999)
FAR 52.222-26 Equal Opportunity (Mar 2007)
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)
FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999)
FAR 52.233-1 Disputes (Jul 2002)
DFARS 252.204-7004 Central Contractor Registration (Nov 2003) Alt A
DFARS 252.211-7003 Item Identification and Valuation (Jun 2005)
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007)
(Deviation)
DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005)
DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007)
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)
DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002)
SOFARS 5652.233-9000 Independent Review of Agency Protests (Jan 2005)
SOFARS 5652.237-9000 Contractor Personnel Changes (Jan 1998)
CLAUSES INCORPORATED BY FULL TEXT:
Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.
All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.
FAR 52.212-2 Evaluation Commercial Items (Jan 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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:
Delivery Schedule
Price
FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002)
FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)
FAR 52.222-25 Affirmative Action Compliance (APR 1984)
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
FAR 52.252-5 Authorized Deviations in Provisions (APR 1984)
FAR 52.252-6 Authorized Deviations in Clauses (APR 1984)
DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002)
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005)
SOFARS 5652.204-9004 Foreign Persons (JAN 2006)
SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000)
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor?s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith, telephone (757) 893-2701.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact is Kelly Weaverling at kelly.weaverling at vb.socom.mil . Questions will be accepted until 27 December 2007. Questions and responses will be posted on FedBizOpps on 28 December 2007. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 2 January 2008. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Kelly Weaverling, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
Point of contact for this procurement is Kelly Weaverling at kelly.weaverling at vb.socom.mil. Proposals must be received by Kelly Weaverling by fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kelly Weaverling (Purchasing/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 2 January 2007.
Bid Protests Not Available