BRAND NAME REMINGTON GUNS AND GUN PARTS (№2808550)

19 sep

Number: 2808550

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


19-09-2017

Description


BRAND NAME REMINGTON GUNS AND GUN PARTSSolicitation Number: HSSS01-17-R-0024
Agency: Department of Homeland Security
Office: United States Secret Service
Location: Procurement Division

Solicitation Number: HSSS01-17-R-0024

Notice Type: Award

Contract Award Date: September 6, 2017

Contract Award Number: HSSS01-17-A-0014

Contract Award Dollar Amount: Not to Exceed $600000

Contractor Awarded Name: Remington Arms Company LLC

Contractor Awarded DUNS: 001453216

Contractor Awarded Address: 870 Remington Drive
Madison, North Carolina 27025
United States

Synopsis: Added: Jul 18, 2017 3:09 pm This solicitation (HSSS01-17-R-0024) is for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95. The reference number is HSSS01-17-R-0024 and is issued as a Request for Proposals (RFP) unless otherwise indicated herein. This solicitation is Unrestricted. The associated North American Industry Classification System (NAICS) code 332994. The size standard is 1000. The anticipated period of performance will be a base period of 12 months, with three 12 month option periods. The Government intends to award a competitive commercial Brand Name Blanket Purchase Agreement (BPA) contract for the United States Secret Service as a result of this RFP. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a response to this solicitation, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency.
Delivery will be to Laurel, MD 20708. If shipping for items are with dimensions of 24" width by 32" height and 70 pounds or larger it will be required to go to a separate address for scanning before reaching final delivery.
Selection of award will be based on lowest priced technically acceptable. All offerors shall provide specifications to show product meets specifications in the Statement of Work. All specifications must be met or exceed. See attached RFP for clauses and Statement of Work.
This Solicitation is comprised of:
A. FORMAT AND SUBMISSION OF PROPOSAL
B. ADDITIONAL INFORMATION FOR OFFERORS
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
A. FORMAT AND SUBMISSION OF PROPOSAL
Offerors shall provide:
1) Name, title, telephone number, fax number, and email address of the point of contact.
2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in SAM. By submitting a proposal, the Offeror acknowledges the Government requirement to be registered in the System for Award Management (SAM) database prior to award of any contract. Information about SAM may be found at www.sam.gov.
3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment.
4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through SAM, then provide a statement as such and it will be verified.

The proposal submitted shall include the following:


I. Price
II. Technically Acceptable
III. Past Performance
IV. Prospective Contractor Responsibility


I. Price
The government anticipates award of a BPA as a result of this solicitation. Offerors must submit a full price quotation for the base period and all three ordering periods. The Government will evaluate offers for award purposes by adding the total price for all line items to the total price for the basic and three (3), one (1) year ordering periods. Offerors shall provide a unit price for each of the brand name contract line items listed within the pricing sheet.


II. Technical


Successful awardee performance will be evaluated primarily on the basis of the lowest total aggregate price for all items and quantities (if quantities are specified) requested with three main supporting criteria:


1. Demonstrated ability to provide ALL specified items in the USSS BOM and ALL order quantities up to and including the maximum contract amount without deviation, unless the cause of the deviation in quantity or specification rests with the inability of the Original Equipment Manufacturer (Remington) to produce or provide such specified items. In case of such verified OEM inability to provide specified items and/or quantities, the agency has exclusive right to examine and approve all alternate item(s) options prior to vendor submission in fulfillment of any contract provisions;


2. Demonstrated ability to deliver items in accordance with the specific delivery requirements and deadlines contained in the SOW;


3. Demonstrated ability to administer warranty return procedures and provide replacement of items deemed damaged or defective by this agency within the specified warranty period as provided in the SOW.
III. PAST PERFORMANCE.


The evaluation process will be based on the Past Performance information obtained from the Past Performance Information Retrieval System (PPIRS). Acceptable or unacceptable ratings will be assigned based on the information retrieved from PPIRS.


Offerors shall submit no less than three (3) federal government references within the previous three (3) years of the date of this solicitation to demonstrate their ability to address past performance criteria contained in items 1-3 above. Nothing shall require the government to acquire items from any offeror solely based on their meeting lowest cost objectives when satisfaction of the requirements contained in items 1-3 above are deemed incomplete, inadequate, or otherwise unsatisfactory to the agency.


IV. PROSPECTIVE CONTRACTOR RESPONSIBILTY:
In accordance with Federal Acquisition Regulation (FAR) 9.1, the Contracting Officer shall award contracts only to a responsible offeror. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility.
To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The Contracting Officer shall require acceptable evidence of the prospective contractor"s current sound financial status, as well as the ability to obtain required resources if the need arises. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective contractor/subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the Contracting Officer shall make a determination of non-responsibility.
As a minimum requirement, all offerors shall submit, as part of the original quote, the following:


(1) Company"s Financial Statement which includes Balance Sheet and Income Statement; and
(2) Point of contact form their bank or any financial institution with which they transact business.
B. ADDITIONAL INFORMATION FOR OFFERORS
All questions regarding the solicitation must be emailed to the contract specialist, Ms. Danielle Donaldson at [email protected] no later than 21 July 2017 by 2:00 PM EST.
The deadline for receipt of proposals will be 31 July 2017 by 2:00 PM EST.
Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.


Added: Sep 19, 2017 9:41 am Blanket Purchase Agreement was Awarded September 6, 2017 with a not to exceed amount of $600000.

Please consult the list of

document viewers if you cannot open a file. RFP Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: RFP

Posted Date: July 18, 2017



HSSS01-17-R-0024_-_RFP.pdf (355.13 Kb) Description: Request for Proposal

Past_Performance_Survey.doc (36.00 Kb) Description: Past Performance Survey

HSSS01-17-R-0024_-_Pricing_Sheet_-_Remington.xlsx (25.67 Kb) Description: Pricing Sheet



Contracting Office Address: 245 MURRAY LANE SW
BLDG T-5
WASHINGTON, District of Columbia 20223
United States


Place of Performance: 245 Murray Lane, SW, Bldg. T-5
Washington, District of Columbia 20223
United States


Primary Point of Contact.: Danielle M. Donaldson, Contracting Officer

[email protected] Phone: (202) 406-6812 Fax: (202) 406-6801