This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-02, dated November 22, 2019.
Solicitation 36C26220Q0562 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract.
This procurement will be issued under as a Total Service Disabled Veteran Owned Small Business Set-Aside. NAICS Code is 332992 and the Small Business Administration s (SBA) size standard 1,250 Employees.
The Government is seeking a contract to acquire 9MM and .223 ammunition that at a minimum meet the following salient characteristics with a brand name or equal product for the VA Greater Los Angeles Healthcare System:
Salient Characteristics:
Speer Lawman 9mm 124 Grain TMJ 53651
Must be 9MM Caliber
Must be 124 Grain
Projectile must be Total Metal Jacket
Pressure must be standard
Must be Brass Casing
Federal Premium HST 9mm P9HST1
Must be 9MM Caliber
Must be 124 Grain
Projectile must be Hollow Point
Must be Nickel Plated Brass
Speer Gold Dot .223 Rem 24445SP
Must be .223 Rem Caliber
Must be 62 Grain
Projectile must be Soft Point
Pressure must be Standard
Must be Nickel Plated Brass
Remington UMC Rifle Ammunition L223R3, 223 Remington, Metal Case (MC), 55 GR, 3240 fps
Must be .223 Remington Caliber
Must be 55 Grain
Bullet type Must be Metal Case
Muzzle Velocity must be 3240 fps
See attached SF 1449 Solicitation for further details.
Place of Performance: VA Greater Los Angeles Healthcare System (VAGLAHS), 11301 Wilshire Boulevard, Los Angeles Ca. 90073.
Period of Performance: Within 120 days of placing order or sooner if available.
Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process.
Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission.
Submit all question(s) to Fredy Arteaga at
[email protected] no later than Thursday, April 2, 2020, 4:00 PM Pacific Standard Time (PST). Ensure to reference solicitation # 36C26220Q0562 within subject line of the email.
Quotes must be received by Monday, April 6, 2020 by 4:00 PM PST. Email your quote to Fredy Arteaga at
[email protected]. Ensure to reference solicitation # 36C26220Q0562 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award.
Bid Protests Not Available