Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOLICITATION NOTICE

99 -- Firing Range - Newark, NJ

Notice Date
12/21/2011
 
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, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-12-R-00014
 
Point of Contact
Doretta F. Chiarlone, Phone: 609-813-3363
 
E-Mail Address
doretta.f.chiarlone@secureskies.net
(doretta.f.chiarlone@secureskies.net)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. This solicitation is issued as a request for quotation. Please reference solicitation number HSTS07-12-R-00014 on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is being issued as UNRESTRICTED (FULL AND OPEN COMPETITION). The North American Industry Classification System (NAICS) is 611699. This combined solicitation/synopsis is for the purchase of range services on an established/ existing range. NOTE: THE RANGE MUST BE AN ESTABLSIHED RANGE; THIS IS NOT A REQUEST TO BUILD A RANGE. The proposed range must meet the following standards to qualify for consideration: Services anticipated February 2012. The Department of Homeland Security (DHS) has a requirement for a firearms range to conduct mandatory quarterly qualifications and other firearms training. The range shall be within a 35 mile radius of Newark International Airport (EWR). The range shall be indoors to allow for consistency in firearms qualifications and avoid weather related restrictions due to the range being open to the elements. The range must possess approved ventilation system that conforms to existing OSHA regulations. DHS will provide all AMMUNITION, TARGETS and FIREARMS INSTRUCTORS. The range time must be available exclusively to the Department of Homeland Security (DHS) during the hours indicated. The range must be able to accommodate 24-30 shooters a day. DHS personnel will use the range an estimated 25 days per quarter or 100 days per year. Each shooter will fire approximately 200 rounds per qualification. It shall have parking available on site for 20 vehicles at one time. A classroom to accommodate a minimum of 35 students will be available onsite. Additionally, the range will have a designated firearms cleaning area. DHS requires exclusive use of the range in 4-6 hour blocks per each training session. The range will be closed to the public during the hours that DHS uses the range. DHS will provide all ammunition, targets, and firearms instructors. DHS firearms instructors will act as safety officers and call all courses of fire on the range without oversight from range staff. The range shall possess adequate lighting in both public and work areas. The range shall be equipped with separate male and female indoor restroom facilities with running water located near the range facilities for DHS use. The range must possess a minimum of 12 firing points and must be able to accommodate a qualification course distance minimum of 1.5 yards and maximum of 25 yards. The range must possess and maintain all target retention devices. The range operator will be responsible for all lead recovery at the range, and removal of all waste materials from the range. Spent brass casings will be cleaned up at the end of each day by range personnel. The range must be able to accommodate.380, 9mm,.40 S&W, and.357 SIG caliber duty and training (frangible) ammunition. The range rules must allow movement between firing points and will not restrict movement-oriented firearms training by students (e.g. standing to kneeling transitions, stepping behind cover). The range rules will allow students to draw and fire from the holster. The range rules will not disallow a student from moving in front of the firing points with an instructor present, including conducting lateral movements between target points. Range rules will not disallow students from performing multiple and rapid-fire drills. FAR 52.212-1 Instructions to Offers -- Commercial Items (June 2008) applies to this acquisition. Addendum to 52.212-1: c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) and award will be made to the firm offering the Lowest Priced Technically Acceptable to the Government. Paragraph (a) is hereby completed as follows: Technical Factors 1.Qualification Statement - Offeror shall confirm in writing that they meet all requirements set forth in this solicitation/synopsis. DHS reserves the right, however, to visit proposed site(s) to ensure compliance with all requirements set forth in the SOW. Price Factors Offerors shall provide pricing to cover a (1) year base period and (4) one year options. Options will evaluated at time of award. Pricing should be proposed on hourly rate and must be proposed as follows for each year. A proposal submitted without pricing for a base and four one year term options will be considered incomplete. Contractors will be permitted to bill on a monthly basis for hours used during the month. Invoice to be submitted only once a month. The Government intends to award a firm-fixed price purchase order and may award without discussions.. 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. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 52-215-1 (4) Instructions to Offerors - Competitive Acquisition The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 52.222-3, Convict Labor (June 2003) (EO 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (Mar 2007) (EO 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 USC 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) 52,222-54, Employment Eligibility Verification The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov 52.204-7 Central Contractor Registration (Apr 2008) 52.217-5 Evaluation of Options (July 1999) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.232-18 Availability of Funds (Apr 1984) 52.232-19 Availability of Funds for the next Fiscal Year 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. Questions concerning this solicitation must be furnished in writing to doretta.chiarlone@dhs.gov or faxed to (609) 813-3394 no later than 2 calendar days before the close of the Request for Proposal. The date and time for the submission of quotes is Wednesday, Januar y 18, 2012@ 10:00 am Eastern Standard Time and shall be emailed to doretta.chiarlone@dhs.gov or faxed to 609-813-3394.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-12-R-00014/listing.html)
 
Place of Performance
Address: Newark, NJ, Newark, New Jersey, United States
 
Record
SN02643246-W 20111223/111221234317-f1a6bbd57d351d3662a210ba047da4f4 (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.