Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2008 FBO #2568
SOLICITATION NOTICE

U -- Firing Range for MSP Area

Notice Date
12/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
 
ZIP Code
08405
 
Solicitation Number
HSTS07-09-R-00063
 
Archive Date
1/7/2009
 
Point of Contact
Doretta Chiarlone,, Phone: 609-813-3363
 
E-Mail Address
Doretta.Chiarlone@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation/synopsis for commercial items prepared in accordance with Federal Acquisition Regulations 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. The solicitation number is HSTS07-09-R-00063 which is issued as a Request for Proposal (RFP). This requirement is totally set aside for small business.. The North American Industry Classification Code (NAICS) is 611699. The proposed contract will be for one (1) base year and four (4) one year options. Services anticipated to begin February 21, 2009. The Department of Homeland Security (DHS) has a requirement for a firing range to conduct mandatory quarterly qualifications and other firearms training. The range must be within a 20-mile radius of the Field Office located in Edina, Minnesota. The range must be established range. This RFP is not a request to build a range. The proposed range must meet various standards to qualify. The contractor must make the range available exclusively to DHS; it must be closed to the public during the corresponding hours, and designated training staff must be granted 24-hour unimpeded access to the range facilities. Because of the unique weather patterns specific to Minnesota, the range may be indoors or outdoors during the summer months and exclusively indoors during the winter, early spring and late fall months. The range must possess a minimum of five (5) firing points. The range must be able to accommodate a qualification course distance minimum of 1.5 yards and a maximum of 25 yards. The range must possess a public address system available during firearms training. The range must possess movable barricades for the 25-yard and 15-yard course of fire. The range must possess some type of classroom facility with chalkboard or maker board. The range must be able to accommodate all handgun calibers. The range must have reduced-light or no-light firing capabilities. The range rules cannot disallow movement between firing points or restrict movement-oriented firearms training firing points by students (i.e. standing to kneeling transitions). The range cannot disallow students from drawing and firing from the holster. The range rules cannot disallow a student from moving in front of the firing points with an instructor present (i.e. tactical move and shoot type drills where instructor/student ratio would be too restrictive). The range cannot disallow the shooting of DHS/TSA/FAMS approved steel targets, provided frangible ammunition is used and the shooter is at least 15 yards away from the steel targets. The range rules must allow shooters to utilize weapons on fully automatic fire drills. The range must possess a storage area dedicated to DHS use that would allow storage of up to 5000 rounds of ammunition and 150 cardboard target backers. Indoor ranges must possess a ventilation system that conforms to existing OSHA standards. The range must have a dedicated weapon cleaning room and suitable waste disposal bins/equipment available for use by DHS employees. The range must have means to discard expended cartridges. The estimated days of range usage are 260 per year at approximately four (4) hours per day. The estimated number of rounds fired per quarter is 60,000 rounds. Pricing must be submitted at the hourly usage rate. PROPOSED SITE INSPECTION As part of the proposal evaluation process, DHS reserves the right to inspect all proposed sites to ensure compliance with all requirements set forth above. The proposed contract will be for (1) base year and (4) four one-year options. The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at www.arnet.gov/far. The following provisions in Federal Acquisition Regulation (FAR) apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offers Commercial Items (June 2008) and the clause at FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) apply to this acquisition. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition. Additional clauses applicable to this acquisition are listed later in this document. At a minimum, offerors proposals shall include the following sections: Qualification Statement, Past Performance references, and Price. The proposals will be evaluated using the factors as follows: (a) Technical Factors (1) Qualification Statement. Offeror shall confirm in writing that they meet all requirements set forth in this solicitation/synopsis. However, DHS reserves the right to visit proposed site(s) to verify that the range(s) meets minimum qualifications. (2) Past Performance History. The offerors proposal shall include a minimum of (2) past performance references for similar services the offeror has provided. One of these references must be a law enforcement entity. Verified/current points of contact shall be provided for each reference to allow the Government to speak with references about the nature and quality of service required. (b) Price Factors Offerors shall provide pricing to cover a (1) year base period and (4) one year options. Pricing should be proposed on a per hour basis. Contractors will be permitted to bill on a monthly basis for days worked during the month. Invoice to be submitted only once a month. All evaluation factors, when combined, are more important than price. The Government will award a contract resulting from this solicitation only if it can be determined that the responsible offerors proposal, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. Award may be made only to a contractor who has registered with the Central Contractor Registration prior to contract award. You can register at the CCR website: http/www.ccr.gov. To be eligible for award, offerors must provide a completed copy of the provision FAR 52.212-3, Offerors Representations and Certification - Commercial Item (June 2008). To obtain a copy, please email Contracting Officer Doretta.Chiarlone@dhs.gov. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (June 2008) applies to this acquisition. The following clauses listed in 52.212-5 (b) and (c) are included by reference: 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003), FAR 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999). FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000). Additionally, offerors are advised that the following clause will pertain to any contract award: Release of Information: The Contractor shall not disclose, advertise, or release information about this contract to any individual or organization without prior written approval from the Contracting Officer. The date and time for the submission of proposals is 3:00 PM, EST, Wedneday, January 7, 2009. Proposals shall be signed, shall reference the RFP Number HSTS07-09-R-00063 and shall be sent to the attention of Doretta Chiarlone, DHS - Contracts & Procurements Branch, 200 West parkway Drive, Suite 300, Egg Harbor Township, NJ 08234. Proposals will be accepted via mail or fax provided they are received by the time and date established for receipt of proposals. Faxed proposals may be sent to Ms. Chiarlone at (609) 813-3394 or email Doretta.Chiarlone@dhs.gov. Any questions regarding this requirement may be submitted in writing to Ms. Chiarlone via the same fax number or email no later than December 22, 2008. Point of Contact Doretta Chiarlone, Contracting Officer, Phone 609-813-3363, Fax 609-813-3394, Email Doretta.Chiarlone@dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65540fa45ce4b4e271dd7b7c6db4263c&tab=core&_cview=1)
 
Place of Performance
Address: Edina, Minnesota, Edina, Minnesota, 55439, United States
Zip Code: 55439
 
Record
SN01714671-W 20081207/081205221135-65540fa45ce4b4e271dd7b7c6db4263c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.