Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

13 -- Non-NSN .338 Norma Magnum (NM) Multi-Purpose (MP) Cartridges

Notice Date
4/7/2021 10:15:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
H9240321R0003
 
Response Due
4/23/2021 10:00:00 AM
 
Archive Date
05/08/2021
 
Point of Contact
Greg Metty, Darryl Barnes
 
E-Mail Address
Gregory.Metty@socom.mil, darryl.d.barnes.ctr@socom.mil
(Gregory.Metty@socom.mil, darryl.d.barnes.ctr@socom.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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 solicitation is issued as Request for Proposal (RFP) No. H92403-21-R-0003. The solicitation document with incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. The North American Industry Classification System code is 332992 with a business size standard of 1,250 (employees).� This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. LINE ITEM 0001: .338 Norma Magnum (NM) Multi-Purpose (MP) cartridges EXTENDED DESCRIPTION:� Refer to the Product Specification (Attachments 3&4) Quantity: 400,000 cartridges Unit of issue: Cartridges Delivery: 120 Days after Contract Award Delivery Location: 431 Battlefield HWY (ammo receiving) Richmond KY 40475 The contractor shall provide product, which shall include the following:� personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and services in meeting this Specification in Attachments 3&4 of this solicitation.� INSPECTION AND ACCEPTANCE TERMS: Delivered items shall be accepted at 431 Battlefield HWY (ammo receiving) Richmond KY 40475 FAR PROVISIONS: The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 52.252-1. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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 Offeror is cautioned that the attached provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quote or offer. The full text of a FAR clause, (See Attachment 2) may be accessed electronically at http://www.acquisition.gov. Attachment 1 is provided as an addendum, to 52.212-1 (Instructions to Offerors-Commercial Items) This solicitation requires registration with the System for Award Management (SAM) at the �time an offer or quotation is submitted. In accordance with DFARS 252.232-7003, �Electronic Submission of Payment Requests and Receiving Reports�, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at https://federalcontractorregistry.com prior to award of this contract. Contractor training is available at the website Home Page, under �about WAWF�. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL EVALUATION PROCEDURES:� 52.212-2: The contract will be awarded to the lowest price offeror if determined technically acceptable using PART 13.5, Simplified Procedures for Certain Commercial Items. Only those Offerors determined to be in compliance with the requirement as detailed in the Specifications (Attachments 3&4) will be considered for award. If additional information is required to support price reasonableness, each Offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the Offerors quote being determined unacceptable.� See Addendum to FAR 52.212-2 in Attachment 2 for additional detail. To be eligible for an award, all contractors must be registered and active in the System for Award Management (SAM) database. A contractor can contact SAM at https://www.sam.gov. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is https://www.acquisition.gov. All quotes must be received by 23 April 2021, 1:00 pm EDT via e-mail to Darryl Barnes at darryl.d.barnes.ctr@socom.mil AND Gregory Metty at gregory.metty@socom.mil. Please include your CAGE code and DUNS number. �Questions concerning this solicitation shall be addressed in writing no later than 1 April 2021, 1:00 pm EDT to Darryl Barnes, Contract Specialist, at darryl.d.barnes.ctr@socom.mil AND Gregory Metty at gregory.metty@socom.mil.� Any questions submitted will be answered approximately by 7 April 2021. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. ATTACHMENTS:� Attachment 1 - Instructions to Offerors (ITO) Attachment 2 - Provisions and Clauses Attachment 3 � 338 NM MP Distribution A Specs Attachment 4 � 338 NM MP Distribution D Specs * *Distribution Statement D Drawings (Attachment 4) will be released to individual offerors electronically ONLY after a fully executed DD Form 2345, Militarily Critical Technical Data Agreement is received with requesting company name in Block 2a. DISTRIBUTION STATEMENT D. DISTRIBUTION AUTHORIZED TO THE DEPARTMENT OF DEFENSE AND U.S. DOD CONTRACTORS ONLY. EXPORT CONTROL, 4 APRIL 2016. OTHER REQUESTS SHALL BE REFERRED TO USSOCOM PM-SOF LETHALITY, MACDILL AFB, FL.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dce93405551240f2aeac01f99ca93ea6/view)
 
Place of Performance
Address: Richmond, KY 40475, USA
Zip Code: 40475
Country: USA
 
Record
SN05964965-F 20210409/210407230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.