Illinois Bids > Bid Detail

1305--Ammunition

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 13 - Ammunitions and Explosives
Opps ID: NBD00159710178619282
Posted Date: Mar 29, 2024
Due Date: Apr 10, 2024
Solicitation No: 36C25224Q0373
Source: https://sam.gov/opp/7d1a78b8c4...
Follow
1305--Ammunition
Active
Contract Opportunity
Notice ID
36C25224Q0373
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 29, 2024 01:16 pm EDT
  • Original Date Offers Due: Apr 10, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 1305 - AMMUNITION, THROUGH 30MM
  • NAICS Code:
    • 332992 - Small Arms Ammunition Manufacturing
  • Place of Performance:
    Department of Veteran Affairs Jesse Brown VA Medical Center Chicago , IL 60612-4223
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 (effective 02/23/2024).

This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses

The associated North American Industrial Classification System (NAICS) code for this procurement is 332992, Ammunition, small arms (i.e., 30 mm. or less, 1.18 inch or less), manufacturing. SBA small business size standard of 1,300 employees. The FSC/PSC is 1305, Ammunition, Through 30mm.

Requirement

The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Jesse Brown VA Medical Center located at 820 S. Damen Avenue, Chicago, IL 60612-4223 has a requirement for the procurement of small arms ammunition. The ammunition will be used to support training and recertification of Department of Veteran Affairs, Jesse Brown VA Medical Center Police Officers in the use of firearms. The procurement of small arms ammunition will be conducted in accordance with the policies and procedures outlined in VA Directive 0720, Program to Arm Department of Veterans Affairs Police and VA Handbook 0720, Procedures to Arm Department of Veterans Affairs Police, dated January 2000.

All VA police officers receive initial firearm training at the VA Law Enforcement Training Center. Bi-annual training and recertification are accomplished at the local level by qualified VA staff. Training and recertification in the use of firearms is conducted in accordance with the policies and procedures outlined in VA Directive 0720, Program to Arm Department of Veterans Affairs Police and VA Handbook 0720, Procedures to Arm Department of Veterans Affairs Police, dated January 2000. Per VA Directive 0720 and VA Handbook 0720, only firearms and ammunition that meet specifications established by the Office of Security and Law Enforcement (OS&LE) will be used. This permits consistency in training and tactics throughout the Department. The potential contractor must be able to supply all the items listed on the Schedule of Supplies.

The Government contemplates award of a multiple award Indefinite Delivery Contract (IDC) with a 12-month base period and four 12-month option periods. Awarding a multiple award IDC would allow for competition for future option year delivery orders. Basic and option periods shall not exceed the requirement for 5 years. Period of performance would begin on the date of award.

Period of Performance

Base Period: Date of Award March 31, 2025
Ordering Period One April 1, 2025 March 31, 2026
Ordering Period Two April 1, 2026 March 31, 2027
Ordering Period Three April 1, 2027 March 31, 2028
Ordering Period Four April 1, 2028 March 31, 2029

Schedule of Supplies

**Training ammunition is limited only by firearm and grain quality.**

Item Description

Quantity
Unit of Measure

Price per Unit

Extended Price
9mm, 124 grain (gr.) Full Metal Jacket
110,000
EA
.223/5.56mm, .55 grain (gr.).
33,000
EA


**Ammunition to be used for bi-annual qualification testing is limited to a list of specific ammo.** Substitutions are not acceptable for qualification testing ammunition. The use of particular ammunition permits consistency in training and tactics throughout the Department of Veterans Affairs.

Item Description

Quantity
Unit of Measure
Price per Unit
Extended Price
Remington Arms Golden Saber, 124 grain (gr.) Brass Jacketed Hollow Point; or
Speer LE Gold Dot 124 grain (gr.) (Product #53618); or
Federal Premium HST 124 grain (gr.) (Product #P9HST1).
22,000
EA
Speer Gold Dot SP 62 grain (gr.) .223/5.56 mm; or
Federal-Tactical Bonded 62 grain (gr.) .223/5.56 mm.
11,000
EA


Delivery Location

Jesse Brown VA Medical Center
820 S. Damen Avenue
Chicago, IL 606-4223
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023)
Refer to Attachment 1 ADDENDUM to FAR 52.212-1
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023)
FAR 52.233-2, Service of Protest (SEP 2006)
VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION)
VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71, Alternate Protest Procedure (OCT 2018)
VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
End of Addendum to 52.212-1
FAR 52.212-2, Evaluation-Commercial Items (NOV 2021)
FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023)
Addendum to FAR 52.212-4
FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.216-18, Ordering (AUG 2020)
FAR 52.216-19, Order Limitations (OCT 1995)
FAR 52.216-22, Indefinite Quantity (OCT 1995)
FAR 52.217-6, Option for Increased Quantity (MAR 1998)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
VAAR 852.203-70, Commercial Advertising (MAY 2018)
VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION)
VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
VAAR 852.246-71, Rejected Goods (OCT 2018)
End of Addendum to 52.212-4
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (NOV 2023)
Refer to Attachment 1: FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services.

Refer to ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)

All quotes shall be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13 exclusive of the options. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer s decision for the quote most favorable to the Government.

The following are the decision factors:

Shipping Terms & Conditions
Past Performance
Price

Pricing is only being requested for the base year. Options years will be competed among the awarded IDC contract holders. Awards will be made to the three responses most advantageous to the Government. Responses should contain your best terms and conditions.

Refer to Attachment 2: ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoters shall list exception(s) and rationale for the exception(s) to the terms and conditions, if any.

Submission of your response shall be received not later than 5:00pm on April 10, 2024. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact
Stacy Massey
Contracting Officer
Network Contracting Office 12
Stacy.Massey@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 29, 2024 01:16 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >