Virginia Bids > Bid Detail

1305--AMMO PACKAGE (VA-23-00098521)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 13 - Ammunitions and Explosives
Opps ID: NBD00159869306660135
Posted Date: Aug 14, 2023
Due Date: Aug 18, 2023
Solicitation No: 36C26223Q1601
Source: https://sam.gov/opp/e6da6112d6...
Follow
1305--AMMO PACKAGE (VA-23-00098521)
Active
Contract Opportunity
Notice ID
36C26223Q1601
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Aug 14, 2023 02:26 pm PDT
  • Original Published Date: Aug 14, 2023 10:40 am PDT
  • Updated Response Date: Aug 18, 2023 12:00 pm PDT
  • Original Response Date: Aug 18, 2023 12:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 17, 2023
  • Original Inactive Date: Sep 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1305 - AMMUNITION, THROUGH 30MM
  • NAICS Code:
    • 332992 - Small Arms Ammunition Manufacturing
  • Place of Performance:
    Department of Veterans Affairs VA Long Beach Healthcare System Long Beach , 90822
    USA
Description View Changes

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 332992 (size standard of 1,300 Employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide 2 types of small arms ammunitions that at a minimum meet the brand name and/or can possibly provide an equal product for The VA Long Beach Healthcare System Police Service. Brand name Information: Common Salient Characteristics for all Types of Small Arms Ammunition: New Manufacture: Cannot be reloaded ammunition or have used components. SAAMI: Must be manufactured to Sporting Arms and Ammunition Manufacturers Institute (SAAMI) specifications. Casing: Must be brass. Equal to product Information: Salient Characteristics: 1, - 9mm Training Ammunition, 40,000 rounds Brand Name or Equal to Fiocchi Training Dynamics Ammunition 9mm Luger 124 grain Full Metal Jacket, Federal Premium Tactical HST 9mm 124 Grain Hollow Point (Part # P9HST1), Remington Arms Golden Saber, 124 grain Brass Jacketed Hollow Point (Part # 29341). Bullet: Must be 9mm Luger, Full Metal Jacket (FMJ), 124 grain, Q-Load. 2. - .223 Training Ammunition, 30,000 rounds - Brand Name or Equal to Speer Gold Dot Duty Rifle .223 55 Grain GDSP or Federal-Tactical Bonded 55 grain .223/5.56mm. Bullet: Must be .223, 55 grain, Full Metal Jacket (FMJ). The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to melissa.ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than August 18th, 2023 by 12:00pm PDT. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >