Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
DOCUMENT

23 -- Mobile Firing Range VA Greater Los Angeles Healthcare System - Attachment

Notice Date
7/10/2014
 
Notice Type
Attachment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26214Q0896
 
Response Due
7/16/2014
 
Archive Date
8/15/2014
 
Point of Contact
johnny.kim@va.gov
 
E-Mail Address
johnny.kim@va.gov
(johnny.kim@va.gov)
 
Small Business Set-Aside
Total Small Business
 
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 solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number VA262-14-Q-0896 shall be issued as a "Brand Name or Equal" Request for Quotation (RFQ). This requirement is 100% Set-Aside for Small Business firms who are capable of performing the stated requirements. Only qualified offerors may submit bids. Basis for Award under FAR 13.106-2: This procurement shall be conducted under FAR Parts 12 and 13. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.acquisition.gov/far/. The Department of Veterans Affairs Greater Los Angeles Healthcare System, Los Angeles, California has a requirement for a Road Range mobile indoor range system under a Purchase Order (PO). The self-contained mobile firearms training facility integrates live fire and simulated training capabilities to provide a total weapons training solution in a mobile environment. The ballistically secure trailer range is equipped with systems and components to produce a three position, state-of-the-art, live fire range. The Road Range can also be equipped with a FATS system to provide training for less lethal and non-lethal options such as verbal commands, baton, chemical spray and TASER. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-68. The associated North American Industrial Classification System (NAICS) code for this requirement is 332999 with a small business size standard of 500 employees. All firms must be registered with and be verified by the following website: https://sam.gov to be eligible for award. The government contemplates award of a Purchase Order (PO) award resulting from this solicitation under FAR 13. Basis for Award: FAR 13.106-2: The government anticipates the award of a PO as a result of this solicitation to the responsible Offeror who is able to provide those specific supplies and services (FAR 52.211-6, Brand Name or Equal) stated in the solicitation. Award shall be made to the offeror who can provide an offer that meets the specification/salient characteristics of the items listed within this solicitation while providing the lowest price. Listed below is a description of the items being requested in this solicitation. Line ItemStock NumberItem DescriptionQuantityPrice 1RR-III-106Road Range - Two over-the-road 53' trailers (total 106'), handgun rated. Equipment includes LE7500 Reclining Gran Trap, Monorail Turning Target System, RM9K-LE Control System, Communication and Security Systems, HEPA purge ventilation.1 EA 2Upgrade to recirc, heat and cool - doubleUpgrade to recirculation with heat and cool for a double Road Range1 EA 3SPPT-Tech AssistInitial Set up, Training and Technical Support (2 days of Field Service Technician on site). 1 EA 4ManualsOperations and Maintenance Manuals1 EA 5WRTY12-Month Standard Factory Warranty1 EA 6FRTFreight - F.O.B. Los Angeles, CA1 EA Line ItemStock Number"Equal" Item DescriptionQuantityPrice 1 1 EA 2 1 EA 3 1 EA 4 1 EA 5 1 EA 6 1 EA The salient characteristics of the items above are listed below. Salient Characteristics: General Requirements 1.Must be self-contained and designed to be a free-standing facility 2.Must be mobile and capable of moving to alternate locations 3.Must be USDOT certified for use on all unrestricted roads 4.Must provide standard electrical connections for ease of use at various locations 5.Must be able to handle live fire as well as simulated training scenarios 6.Must include 3 distinct firing lanes that can be utilized at the same time 7.Range must be able to be utilized to a distance of 25 yards by all three firing lanes 8.Must have external storage available for equipment 9.Must have separate entrance with appropriate storable or detachable stairwell that allows entry directly into the range masters space without going through the firing range 10.Must have a stabilizing mechanism, such as leveling jacks, so that when parked, it can be leveled. 11.Must ensure the range master room has a gun clearing device that allows for the safe disarming of handguns, shotguns or rifles 12.Must provide a skilled Field Service Technician to provide initial setup, training and technical support 13.Must provide training on installed systems after installation is complete 14.Must perform a Quality Check (QC) walk through and final acceptance with the owner/contractor 15.Delivery must be 150 days or before, after receipt and acceptance of purchase order 16.Customer shall supply adequate shore power supply. Power cable provided is 70' long. 17.Buyer to accept delivery, and have the trailer staged and level prior to the technicians arrival, and ready for powering up (electrical service) Range Operations 18.Range master room must be separate from the shooting range portion of the trailer 19.Range master room must have a separation wall that is ballistic rating protected 20.Range master control room must be separate from the range area (firing lanes) that ensures an airlock between the two spaces 21.Range master room must have clear visibility of entire range from their work space, must be able to communicate with all persons inside the range at all times in a safe and effective manner. Viewing window must be large enough for clear unobstructed view of all three shooting stations and must be ballistic certified for the safety of all individuals. 22.Range master room must have all controls immediately available for the entire system in the work area. This includes lighting, ventilation, generator, target control systems, firing line security alarm system and targets. This includes hardware and software required to utilize the system. Must include built in workstation from which command and control of the range can occur. Must incorporate audio communications system that the range master can communicate with all persons inside the range area. 23.Target system must include ability to do a 360 degree turning of the targets, ability to recall the target back to the officer without having to go down range, ability to place targets at various distances to include 3 yard, 5 yard, 8 yard, 15 yard and 25 yard distance. Controls must be accessible to the range master to control targets. Must be able to turn targets left or right in increments up to and including 360 degrees. Must include software that allows range master to change, alter the condition of each of the three targets independently as well as groupings. 24.Range area must include a shooter shelf that can recess away, this shall allow for the shooter to store ammunition, eliminating the need to depart the range area for additional supplies. 25.Range area shooting stall must have an area for a spent brass receptacle for collection of spent casings 26.Range shooting stall must have, at each station, a wing barricade for shooting around obstacles. This must retract out of the way of the shooter when not being utilized. 27.Must have the ability to preplan training scenarios. The system must have the ability to store preplanned training or qualification procedures into the software program. Required to allow training programs to be recalled and applied in a consistent manner. System shall be Microsoft Windows based software for ease of application. Shall ensure each lane can be independently controlled and managed both from the range master location as well as from the individual shooter location. 28.System shall have mounted inside the range area, a police light bar and siren that can be activated or silenced through the controls located in the range master office. Electrical 29.Must have built in generator for remote operations when no standard power is available and must be able to operate for at least 12 hours (does not require built-in generator, but must be able to add on a generator at a later point) 30.Electrical system must be 208 60z 3 phase power, with ability to tap directly into a building receptacle through included, appropriate extension cords to power the operation. 31.Each designated area must have its own lighting system. The lighting systems must be controllable to ensure ability to go dim and dark for night qualifications. This feature must be available both in the range as well as the range masters room. 32.Must have separate climate control, heating and AC that meet or exceeds 10,000BTU for both the range area and the range master area. 33.Each designated area must have its own independent HVAC system. 34.Must have a HEPA filtered ventilation system that meets or exceed NIOSH design standards. All air must be exhausted through the required 2 stage filtration system with final stage to ensure at least a 99% HEPA filtration before being discharged. 35.Must meet or exceed 75 FPM air flow and exchange that provides fresh air exchange. Must be 100% outside air that creates a standard exchange of all interior air with 100% outside fresh air. Must provide at least an average of 75 FMP airflow across all firing lanes. Safety 36.Must include HEPA certified vacuum cleaning system for cleanup purposes 37.Trailer must have acoustical material to absorb all firing sound 38.Trailer must have ballistic steel panels that are certified and rated for handguns, shotguns and rifles 39.Acoustics must meet the ATSM E-84 class 1 flammability requirements as well as the UL 1715 burn test requirements. Must ensure compliance with the ASTM G 21 fungus resistance requirements, UL 121 microbial growth requirements, UL Code 94 as well as sound absorbing features that meet or exceed ASTM C423-90A requirements. 40.Flooring must be rubber combat flooring that can be removed and replaced 41.Flooring material must have density of at least 50 pcf, tensile strength of 160 PSI and must comply with ASTM D-2589 flammability requirements and not have a flash point of less than 650 degrees F. Flooring must be in all interior spaces of the firing range and the range masters room. 42.Bullet trap for gunfire must be of reclining granular rubber bullet trap that captures each round safely. Must allow for simplified lead removal process and the ability to replace the bullet trap when worn out. 43.Firing line shall have photoelectric system to ensure the safety of those at the firing line to create a warning system to cease firing if anyone moves into an unsafe area. This must trigger an audible alarm and directly integrates with the target system to ensure the targets are automatically turned so all firing ceases. 44.Firing range shall have a signal light system that provides for visual indicators of RED to stop firing, AMBER to warn of conditions of concern, and GREEN to indicate e shooting may occur in safe manner. The Government intends to award a firm-fixed price award. Responses to the solicitation shall be submitted via email and are due on Wednesday, July 16, 2014 by 9:00AM PST. Correspondence or questions may be directed to Johnny Kim, Contracting Officer at johnny.kim@va.gov. Telephone inquiries will not be honored. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract 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 this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.203-71 Display of Department of Veteran Affairs Hotline Poster (Dec 1992) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Include completed copy) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items VAAR 852.216-70 Estimated Quantities (Apr 1984) FAR 52.219-1 Small Business Program Representations (APR 2012) FAR 852.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.233-2 Services of Protest (SEP 2006) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternate Protest Procedure (JAN 1998) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-70 Guarantee (Jan 2008) VAAR 852.246-71 Inspection (Jan 2008) (End of Clause) 52.212-1 -- Instructions to Offerors -- Commercial Items. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS All responses/or questions must be in writing via e-mail. (no telephone inquiries will be accepted). Offers may be emailed to johnny.kim@va.gov no later than 9:00AM Pacific Standard time on Wednesday, July 16, 2014. Offerors shall fill in the prices being offered in the schedule listed within this solicitation. If submitting a price for an "Equal" item, pricing and item information shall be filled in in the corresponding schedule. (End of Provision) ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS --COMMERCIAL ITEMS - SUB-PART 13.5 TEST PROGRAM This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. 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. The combined synopsis/ solicitation number is VA262-14-Q-0896. This solicitation is issued as a Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC). This requirement will be procured with no restrictions under NAICS Code 332999, 500 employees. The VISN 22 Network Contracting Office, Long Beach, CA, (hereafter referred to as the NCO) will solicit and award this order using Federal Acquisition Regulations (FAR) Part 13 and acquisition of Commercial Items in FAR Part 12. (End of Provision) 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: Basis of Award: Award shall be made to the offeror who can provide an offer that meets the specifications/salient characteristics of the items listed within this solicitation while providing the lowest price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26214Q0896/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-14-Q-0896 VA262-14-Q-0896.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1488960&FileName=VA262-14-Q-0896-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1488960&FileName=VA262-14-Q-0896-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 11301 Wilshire Blvd;Los Angeles, CA 90073
Zip Code: 90073
 
Record
SN03420346-W 20140712/140710234752-cb70f9731804ea4f32424bfd7809e74a (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.