The RFP Database
New business relationships start here

NAG Test Ammunition Purchase


Massachusetts, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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.

(i) INTRODUCTION: This is a Combine Synopsis/Solicitation under FAR 13.5 - Commercial Test Program. This Request for Quotation (RFQ) for Black Hills W314, Ctg, .300 Blackout 110 GR TTSX and W335, Ctg, .300 Blackout 201 GR Subsonic ME Ammunition. This RFQ is a BRAND NAME SOLE SOURCE for this specific ammunition.

(ii) SOLICITATION TYPE: This combined synopsis/solicitation, numbered NAG15A01, is issued as a Request for Quotation (RFQ).

(iii) CURRENTNESS: The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77.

(iv) SET ASIDE: There are no set asides for this RFQ.

(v) Contract Line Item Numbers (CLINs): The CLIN structure for the services and training will be as follows:
    CLIN 0001 - Black Hills W314, Ctg, .300 Blackout 110 GR TTSX
    CLIN 0002 - Black Hills W335, Ctg, .300 Blackout 201 GR Subsonic ME

(vi) DESCRIPTION OF REQUIREMENTS:

Requirement: This is a BRAND NAME ONLY procurement for the items below:

-    Manufacturer: Black Hills Ammunition
Item: W314, Ctg, .300 Blackout 110 GR TTSX
Quantity: 123,500

-    Manufacturer: Black Hills Ammunition
Item: W335, Ctg, .300 Blackout 201 GR Subsonic ME
Quantity: 40,500

    Contract Details

The Government intends to award a Firm Fixed Price (FFP) Supply Contract. Offeror must include their item descriptions and pricing.

Invoicing

The contract holder will be required to submit invoices directly to the National Assessment Group and not through WAWF. Detailed instructions will be provided in the

(vii) DELIVERY:

    Delivery Requirements
    
All items must be delivered to the below address for assessment prior to 31 March, 2015.

-    Munitions Storage Facility, BGAD
ATTN: Heavy Flail
Bldg. 902, 431 Battlefield Memorial Hwy.
Richmond, KY 40475

(viii) PROPOSAL INSTRUCTIONS: Parts of the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFQ.

(ix) EVALUATION OF PROPOSALS: The Evaluation of Proposals for this Solicitation will be as follows:

Evaluation of Proposals:

The provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this Solicitation. Proposals will be evaluated on the following factors: Technical Requirements, Pricing, and Past Performance. These factors are listed in descending order of importance. As this is a BRAND NAME ONLY procurement, the offeror will be evaluated to ensure the offer meets or exceeds Government's requirements.

All proposals submitted shall provide the name, phone number, and email address of their primary Point of Contact for this order. Failure to include this information will be seen as non-responsive.

Offerors wishing to respond to this Solicitation shall comply with the following. The Government will consider as nonresponsive any offer failing to fully comply with the below instructions.

    The Offeror shall include pricing by item and provide a total cost for all items.
    The Offeror shall include a description of all items for technical evaluation.

If two (2) or more Small Businesses place an acceptable bid, it is the intention of the Government to award to a Small Business

Items of Evaluation:

All items must be included within offer in order to be considered for award.

Technical Evaluation Factors:

The Government will evaluate the items on an Acceptable or Unacceptable basis.

Cost/Price:

The Government will evaluate pricing for determining fairness and reasonableness.

Past Performance:

The Government will evaluate past performance to ensure there has been no recent (within the past three years) negative past performance.

(x) OFFEROR REPRESENTATIONS AND CERTIFICATION: Offerors will need to ensure this information is updated and accurate within the System for Award Management (SAM) website (www.sam.gov).

(xi) STANDARD TERMS & CONDITIONS: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference.

The clause at 52.212-5 DEVIATION, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items DEVIATION, applies to this acquisition and is incorporated by reference into this solicitation.

(xii) ADDITIONAL TERMS & CONDITIONS:

The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference:

52.204-7 System for Award Management (JUN 2013)
52.223-3 Convict Labor JUNE 2003
52.222-19 Child Labor - Cooperation with Authorities & Remedies JULY 2010
52.222-21 Prohibition of Segregated Facilities FEB 1999
52.222-26 Equal Opportunity MAR 2007
52.222-36 Affirmative Action For Workers With Disabilities JUN 1998
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003
52.233-1 Disputes JULY 2002
52.242-15 Alt I Stop-Work Order (AUG 1989) - Alternate I (APR 1984)
52.246-1 Contractor Inspection Requirements (APR 1984)
52.247-34 F.O.B. Destination NOV 1991
52.247-48 F.O.B. Destination - Evidence of Shipment (FEB 1999)
52.243-1 Changes- Fixed Price AUG 1987
52.252-2 Clauses Incorporated By Reference (FEB 1998)

This acquisition incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/farsite_alt.html


(xiii) SUBMISSION: Proposals shall be submitted electronically to Jeremy Deorsey at Natick Contracting Division via email: jeremy.a.deorsey.ctr@mail.mil. All proposals shall be submitted by 5:00pm Eastern Time on Wednesday, 10 December 2014.
**Proposals will only be accepted electronically via the email address provided above.

(xiv) QUESTIONS: Questions regarding this solicitation can be directed to the Contract Specialist (KS) Jeremy Deorsey at the above listed email address.

Contracting Office Address:
Army Contracting Center - Aberdeen Proving Ground, ATTN: CCRD-NA-SY, Natick Contracting Division
Building 1, Kansas Street, Natick, MA 01760-5011
Point of Contact(s): Jeremy Deorsey; jeremy.a.deorsey.ctr@mail.mil; (508) 233-6192



Jeremy Deorsey, 5082336192

ACC-APG - Natick (SPS)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP