Search Contract Opportunities

Glock G43 Weapons Request

ID: OIG244457 • Type: Synopsis Solicitation

Description

Solicitation Number:

OIG244457

Notice Type:

Combined Synopsis/Solicitation

Synopsis:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is the Government's intent to issue a Firm Fixed Priced Purchase Order in accordance with FAR Part 13.

This solicitation is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses in effect through the Federal Acquisition Circular 2005-100 dated August 22, 2018.

The appropriate North American Industry Classification System (NAICS) Code is 336992 - Weapons, Self-propelled, Manufacturing. The Small Business Size standard is 1,000 employees. This requirement is solicited as a Full and Open competition.

1 TITLE:

Glock semiautomatic (Model 43) Weapons (Handguns) or Equivalent.

1.1 Type of Contract:
The government will award a Firm-Fixed Price (FFP) contract.

2 DESCRIPTIONS
2.1 Background:
The core mission of the Department of Health and Human Services (DHHS) Office of Inspector General (OIG) is to improve HHS programs and operations and protect them against fraud, waste and abuse. By conducting independent and objective audits, evaluations, and investigations, provide timely, useful, and reliable information and advice to Department officials, the Administration, Congress, and the public.

HHS-OIG consists of 5 components Office of Audit Services (OAS), Office of Evaluation and Inspections (OEI), Office of Counsel to the Inspector General (OCIG), Office of Management and Policy (OMP), and Office of Investigations (OI) as well as the Immediate Office (IO).

The OIG is seeking information for potential small businesses to provide Glock G43 weapons (handguns).

2.2 Scope: This is a requirement for The Department of Health and Human Services (DHHS), Office of the Inspector General (OIG) Office of Investigations (OI), National Training & Emergency Operations Branch (NTEOB) [DHHS/OIG/OI/NTEOB]. This group is requesting a replacement of firearms for the law enforcement personnel.

2.3 Requirements:

DHHS/OIG/OI/NTEOB requires Glock G43 weapons (handguns). Special Agents utilize Glock handguns in the performance of our law enforcement duties. In addition, these Investigative support personnel participate in search warrant and other operational activities. In order to maintain safety at the field locations, we have to equipment law enforcement personnel. Due to HHS-OIG policy and the current firearms inventory, we require Glock handguns. The specific model required for this purchase is the Glock 43. Glock has provided their special law enforcement pricing. We have searched other firearms dealers and they are priced higher than the law enforcement pricing provided by Glock. Listed below are the specific subscription capabilities being requested:

Pistol: Model: G43 Slim Frame, 9MM, AmeriGlo BOLD Night Sights, 5.5 lb. Trigger Pull, Two 6 Round Magazines (1 standard and 1 extended)

Quantity: 350

3 DELIVERY SCHEDULE:
90 Days from date of award.

4 CONTRACTING OFFICER'S REPRESENTATIVES:

(a) Performance of work under this contract must be subject to the technical direction of the Contracting Officer's Representative identified above, or a representative designated in writing. The term "technical direction" includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily.

(b) Technical direction must be within the scope of the specification(s)/work statement.

(1) The Contracting Officer's Representative does not have authority to issue technical direction that;

(2) Constitutes a change of assignment or additional work outside the specification(s)/statement of work;

(3) Constitutes a change as defined in the clause entitled "Changes";

(4) In any manner causes an increase or decrease in the contract price, or the time required for contract performance;

(5) Changes any of the terms, conditions, or specification(s)/work statement of the contract;

(6) Interferes with the contractor's right to perform under the terms and conditions of the contract; or

(7) Directs, supervises or otherwise controls the actions of the contractor's employees.

(c) Technical direction may be oral or in writing. The Contracting Officer's Representative shall confirm oral direction in writing within five work days, with a copy to the Contracting Officer.

(d) The contractor shall proceed promptly with performance resulting from the technical direction issued by the Contracting

Officers, Representative. If, in the opinion of the contractor, any direction of the Contracting Officers, Representative, or

his/her designee falls within the limitations in (b), above, the contractor shall immediately notify the Contracting Officer no later than the beginning of the next Government work day.

(e) Failure of the contractor and the Contracting Officer to agree that technical direction is within the scope of the contract shall be subject to the terms of the clause entitled "Disputes."

The contact information for POC is the following:

The contact information for the Contracting Officer is the following:

Nicola Carmichael
Deputy Director-Acquisition Division
Department of Health and Human Services Office of Inspector General
Office of Management and Policy
Cell: 202-870-8579
Nicola.Carmichael@oig.hhs.gov

The contact information for the Contract Specialist is the following:

Richard Mitchell
DHHS/OIG
Office of Management and Policy
OMP Acquisitions Division
Work 202-205-4614
Richard.Mitchell@oig.hhs.gov

The contact information for the Contractor is the following:

(TBD)

5 INVOICING INSTRUCTIONS: The Contractor shall submit a complete invoice with all required back-up documentation electronically, via email, to:
1. Contracting Officer Representative (COR): Jasmyn.Ferbish@oig.hhs.gov

2. Contract Specialist (CS): Richard.Mitchell@oig.hhs.gov

3. Financial Management Service (FMS) at: PSC_Invoices@psc.hh.gov (PSC_Invoices....)

* No other non-invoice related documents (i.e. deliverables, reports, balance statements) shall be sent to the DAM and FMS mailboxes. Invoices Only.

The subject line of your email invoice submission shall contain the delivery order number and the number of invoices. The Contractor shall send one email per delivery order per month. The email may have multiple invoices for the delivery order. Invoices must be in the following formats: PDF, TIFF, or Word. No Excel formats will be accepted. The electronic file cannot contain multiple invoices; example, 10 invoices requires 10 separate files (PDF or TIFF or Word).

Invoices shall be submitted in accordance with the contract terms, i.e. payment schedule, progress payments, partial payments, deliverables, etc.

All calls concerning contract payment shall be directed to the COR.

In accordance with FAR 52.212-4, Contract Terms and Conditions - Commercial Items, a proper invoice must include the following items:

FAR 52.212-4(g) Invoice.

(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include-

(i) Name and address of the Contractor;

(ii) Invoice date and number;

(iii) Contract number, contract line item number and, if applicable, the order number;

(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;

(v) Shipping number and date of shipment, including the bill of lading number and weight

of shipment if shipped on Government bill of lading;

(vi) Terms of any discount for prompt payment offered;

(vii) Name and address of official to whom payment is to be sent;

(viii) Name, title, and phone number of people to notify in event of defective invoice; and

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer - Other than System for Award Management), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315.

Additionally, the FMS requires the contractor to include its Dunn and Bradstreet Number (DUNS) on each invoice.

In accordance with OMB Memorandum, M-11-32, Agencies shall make payments to small businesses as soon as practicable, with the goal of making payments within 15 days of receipt of a proper invoice. If a small business contractor is not paid within this (15 day) accelerated period, the contractor will not be given a late-payment interest penalty. Interest penalties, as prescribed by the Prompt Payment Act, remain unchanged by means of this memorandum. All small businesses shall label all invoices as "Small Business."

Additionally, in accordance with OMB Memorandum, M-12-16, all prime contractors are encouraged to disburse funds received from the Federal Government to their small business subcontractors in a prompt manner. To assist prime contractors in expediting contractor payments to small business subcontractors, Agencies shall, to the full extent permitted by law, temporarily establish an earlier, accelerated date for making agency payments to all prime contractors. Consistent with OMB Memorandum M-11-32 above, Agencies shall have a goal of paying all prime contractors within 15 days of receiving proper documentation. In an effort to support small business growth, drive economic activity and job creation, the Contractor is encouraged to accelerate payments to their small business subcontractors.

A. In accordance with the requirements of the Debt Collection Improvement Act of 1996, all payments under this order will be made by electronic funds transfer (EFT). The Contractor shall provide financial institution information to the Finance Office designated above in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award

Management. An electronic invoice is acceptable if submitted in adobe acrobat (PDF) format. All items listed in (i) through (xii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing.

B. Questions regarding invoice payments should be directed to the PSC Payment Office.

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the period of performance of this contract.

6 INSTRUCTIONS TO OFFERORS:
Cover Page

Offeror shall include a cover page which shall include a point of contact (name, telephone number, and email address). Dun and Bradstreet (DUNS) number, country of manufacturing of equipment, and certification that all company information listed in the System for Award Management (SAM) database is complete, accurate, and current.

Offerors shall submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.

Offerors shall ensure the solicitation number is visible in the subject line of the email transmission of their quote.

The Government will advise the contractor of any issues/changes/corrections required within thirty (30) days of receipt hardware, software and/or support services. Once advised of the unacceptable device and/or support, the contractor shall make any identified corrections within 10 business day(s).

Errors in aspects of this acquisition identified by either party during the period of performance will be brought to the attention of the COR and a modification can be made without solicitation.

Faxed quotes will not be accepted

Offerors Response Date and Time

All quotes shall be submitted via email to Richard.Mitchell@oig.hhs.gov by or before 2:00 PM Eastern Standard Time on September 6, 2019 with the subject titled

Solicitation OIG244457 Glock G43 Weapons .

Quotes shall be valid through September 30, 2019.

7 EVALUATION FACTORS FOR AWARD: Price

The government will evaluate the price of each item described in PART 2 as well as the total overall price.

Technical Capability

The Offeror will be evaluated on their ability to meet the requirements as noted in PART 2.3 to include the ability to provide all items and Services.

Award shall be made to a single responsible party with the lowest priced technically acceptable offer.
8 PROVISIONS AND CLAUSES:
The following FAR clauses are applicable to this procurement:

FAR Clause

Title

52.213-2

Invoices

52.212-4

Contract Terms and Conditions - Commercial Items

52.217-8

Option to Extend Services.

52-217-9

Option to Extend the Term of the Contract.

Overview

Response Deadline
Sept. 11, 2019, 3:00 p.m. EDT Past Due
Posted
Aug. 28, 2019, 12:39 p.m. EDT (updated: Sept. 4, 2019, 2:40 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 8/28/19 HHS Office of the Inspector General issued Synopsis Solicitation OIG244457 for Glock G43 Weapons Request due 9/11/19. The opportunity was issued full & open with NAICS 336992 and PSC 10.
Primary Contact
Title
Acquisitions Analyst
Name
Richard Mitchell   Profile
Phone
(202) 870-2710

Documents

Posted documents for Synopsis Solicitation OIG244457

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation OIG244457

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation OIG244457

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation OIG244457

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > OFFICE OF THE INSPECTOR GENERAL > OFFICE OF INSPECTOR GENERAL
Source Organization Code
77042b9b7ccc7c482c9e1e48cda501c9
Last Updated
Sept. 26, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 26, 2019