The RFP Database
New business relationships start here

SIG SAUER REPLACEMENT PARTS


Virginia, 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 services prepared in accordance with the format prescribed 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-15-T-0057. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 effective 25 November 2014. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 332994 with a standard business size of 1000 employees.  The DPAS rating for this procurement is DO-C9E.

Brand Name Justification:  The Naval Special Warfare Development Group (NSWDG) is soliciting for Sig Sauer brand replacement parts only.  The Sig Sauer brand is required as procuring these spare parts from other than original equipment manufacturer parts would run the risk of incompatible components.  A safety hazard to the gun operator  would occur if other than original equipment manufacturer parts are used to maintain or repair the unit.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

SECTION B Schedule of Supplies and Services

CLIN 0001      SIG SAUER REPLACEMENT PARTS (SEE EXTENDED DESCRIPTION FOR ITEM LISTING AND QUANTITIES)
QTY: 1 lot
FIRM FIXED PRICE

FOB DESTINATION TO:
1636 REGULUS AVE
VIRGINIA BEACH, VA 23461

EXTENDED DESCRIPTION:







ITEM DESCRIPTION



QTY





1200427-01 SIG SAUER P226 GRIP PANEL RIGHT SIDE



25





1200426-01 SIG SAUER P226 GRIP PANEL LEFT SIDE



25





GRIP KIT-226-E2 UPGRADE GRIP KIT 226E2



25





34260540, RECOIL SPRING



500





BBL-226-9 BARREL 9MM "THREADED"



25





STAINLESS GRIP SCREWS



200





P00147, LOCKING INSERT



25





1201457, SHORT TRIGGER FOR FRAMES 2005 & NEWER



25





1200895, SAFETY LEVER (SRT)



100





1200180, TRIGGER BAR (DAK)



150





34260308, TRIGGER BAR SPRING NEW STYLE, COIL



150





1200444, SEAR SRT



100





1201063, PIN ROLL (SLIDE) NEW



75





12000679, FIRING PIN RETAINING PIN, COILED, P SERIES



75





P00007-5, NIGHT SIGHTS FRONT #5



40





P00007-6A, NIGHT SIGHTS FRONT #6



40





P00008-6, NIGHT SIGHTS REAR #6



40





P00007-7, NIGHT SIGHTS FRONT #7



40





P00008-7 NIGHT SIGHTS REAR #7



40





P00007-8A NIGHT SIGHTS FRONT #8 GREEN



75





P00008-8A NIGHT SIGHTS REAR #8 GREEN



75





P00007-9, NIGHT SIGHTS FRONT #9



40





P00008-9, NIGHT SIGHTS REAR #9



40





P00007-10, NIGHT SIGHTS FRONT #10



40





P00008-10, NIGHT SIGHTS REAR #10



40







The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation.

SECTION I Clauses







FAR 52.204-7



System for Award Management



Jul 2013





FAR 52.204-13



System for Award Management Maintenance



Jul 2013





FAR 52.209-6



Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment



Aug 2013





FAR 52.211-14



Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use



Apr 2008





FAR 52.212-1



Instructions to Offerors - Commercial Items



Apr 2014





FAR 52.212-3



Offeror Representations and Certifications - Commercial Items



May 2014





FAR 52.212-4



Contract Terms and Conditions-Commercial Items 



May 2014





FAR 52.212-5



Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 



Jan 2014





FAR 52.219-6



Notice of Total Small Business Set-Aside



Nov 2011





FAR 52.222-3



Convict Labor



Jun 2003





FAR 52.222-19



Child Labor - Cooperation with Authorities and Remedies



Jan 2014





FAR 52.222-21



Prohibition Of Segregated Facilities



Feb 1999





FAR 52.222-26



Equal Opportunity 



Mar 2007





FAR 52.222-36



Affirmative Action For Workers With Disabilities



Oct 2010





FAR 52.222-50



Combating Trafficking in Persons



Feb 2009





FAR 52.223-18



Encouraging Contractor Policies to Ban Text Messaging While Driving



Aug 2011





FAR 52.232-33



Payment by Electronic Funds Transfer-System for Award Management



Jul 2013





FAR 52.233-1



Disputes



May 2014





FAR 52.233-3



Protest After Award



Aug 1996





FAR 52.233-4



Applicable Law For Breach Of Contract Claim



Oct 2004





FAR 52.243-1



Changes - Fixed Price



Aug 1987





FAR 52.247-34



F.o.b. Destination 



Nov 1991





DFARS 252.203-7000



Requirements Relating to Compensation of Former DoD Officials



Sep 2011





DFARS 252.203-7002



Requirement to Inform Employees of Whistleblower Rights



Sep 2013





DFARS 252.203-7005



Representation Relating to Compensation of Former DoD officials



Nov 2011





DFARS 252.204-7003



Control of Government Personnel Work Product



Apr 1992





DFARS 252.204-7004 Alt A



System for Award Management Alternate A



Feb 2014





DFARS 252.204-7012



Safeguarding of Unclassified Controlled Technical Information 



Nov 2013





DFARS 252.225-7000



Buy American -Balance of Payments Program  Certificate



Jan 2014





DFARS 252.225-7001



Buy American and Balance of Payments Program



Dec 2012





DFARS 252.225-7002



Qualifying Country Sources as Subcontractors



Dec 2012





DFARS 252.232-7010



Levies on Contract Payments 



Dec 2006





SOFARS 5652.252-9000



Notice of Incorporation of Section K Section I



1998




 
 
 
 





CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

 







FAR 52.212-2



Evaluation - Commercial Items



Jan 1999





FAR 52.212-3 Alt I



Offeror Representations and Certifications Commercial Items (May 2014) - Alternate 1



May 2014





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







SOFARS 5652.201-9002   Authorized Changes Only By Contracting Officer Section I (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 Christine Anderson, telephone (757) 862-9469.

SOFARS 5652.204-9003   Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches (2013) Section H

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer.
(d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer.
(e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFARS 5652.233-9000   Independent Review of Agency Protests (2011) Section I

All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief of Contracting, N01K, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299, Fax (757) 862-9478.

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 by email the following point of contact: Courtney Greco, Contract Specialist; Email address:  courtney.greco@vb.socom.mil.

Quotes must be received no later than 10:00am Eastern Standard Time (EST) on 9 December 2014.  Quotes received after this time frame shall not be considered for award.  The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 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 Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.


Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP