Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

99 -- Firing Range Service - New York

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS07-14-R-00043
 
Point of Contact
Doretta F. Chiarlone, Phone: 609-813-3363, Raymond P Widmann, Phone: 609-813-3375
 
E-Mail Address
Doretta.f.chiarlone@ole.tsa.dhs.gov, raymond.p.widmann@ole.tsa.dhs.gov
(Doretta.f.chiarlone@ole.tsa.dhs.gov, raymond.p.widmann@ole.tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction This is a synopsis for commercial items prepared in accordance with FAR Part 12.6 as supplemented with additional information included in this notice. The solicitation number is HSTS07-14-R-00043 which is issued as a Request for Proposal (RFP). This requirement will be an UNRESTRICTED acquisition. The proposed contract will be for a base year and four one year options. The North American Industry Classification Code (NAICS) is 611699. Services anticipated beginning on or about September 1, 2014. Scope The Department of Homeland Security (DHS) has a requirement for a firearms range to conduct mandatory quarterly qualifications and other firearms training. NOTE: THE RANGE MUST BE AN ESTABLSIHED RANGE; THIS IS NOT A REQUEST TO BUILD A RANGE. The range shall be within a 20 mile radius of the New York LaGuardia Airport. Furthermore, the range must be in a location that can be accessed by vehicle from the New York LaGuardia Airport without crossing a bridge and/or incurring a toll. 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 (July 2013) and the clause at FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2013) 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. EVALUATION The Government anticipates award on a Firm Fixed Price basis to the responsible offeror whose offer conforming to the solicitation will be lowest priced, technically acceptable (LPTA). In accordance with FAR 15.101-2, a Lowest Price Technically Acceptable source selection process will be conducted. Contract award will be made on the basis of the lowest evaluated price of offer meeting the acceptability standards for non-cost factors. A rating of "Technically Acceptable" must be achieved for each of the non-cost technical factors. If any of the offeror's non-price technical factors are determined to be Not Technically Acceptable, the proposal shall not be further evaluated. Evaluation Factors Factor 1 - Price Factor 2 - Technical Capabilities Factor 3 - Past Performance 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 the lowest cost technically acceptable proposal. The following factors shall be used to evaluate offers: • Technical responsiveness to the Government's requirements: The Government will evaluate the offeror's Compliance letter to assess the contractor's ability to perform in accordance with the Government's list of technical requirements listed below. • Satisfactory Record of Past Performance: The Contractor shall provide at least two (2) referenced contract/award within the past three (3) years. The referenced contract /award should be similar in scope and complexity to what is required under this RFP. Provide a short description of the contract, dollar value, and a customer point of contact (POC) name, phone number and email address. • Price Proposal: Provide the pricing for the base year period and all four (4) yearly option periods in the pricing table provide in this solicitation. A RFP submitted without pricing for a base and four year term options will be considered incomplete. The Government intends to evaluate proposal and award a contract without communications with offerors based on Low Price and Technically Acceptable criteria. The Government reserves the right to conduct communications if the Contracting Officer later determines them to be necessary. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of a proposal 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. Technical requirement: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is Technically Acceptable, has acceptable Past Performance history, and the lowest price. The following provides the criteria for a Technically Acceptable offer: The proposed range must meet the following additional standards to qualify for consideration: 1. The range must be an established range; this is not a request to build a range. Technically Acceptable: Proposed firing range already exists and in current use. Not Technically Acceptable: Proposed firing range needs to be built 2. The range shall be within a 20 mile radius of the New York LaGuardia Airport. Furthermore, the range must be in a location that can be accessed by vehicle from the New York LaGuardia Airport without crossing a bridge and/or incurring a toll. Technically Acceptable: Proposed range resides within required radius and has required access by vehicle. Not Technically Acceptable: Proposed range does not reside within required radius or does not have required access by vehicle. 3. The range must be indoors and possess a minimum of 10-15 firing points/shooting lanes to accommodate 10-15 shooters at one time. (Firing point is the position a shooter would take to qualify a practical pistol course). Technically Acceptable: Proposed range is indoors and provides the minimum 10-15 firing points/shooting lanes to accommodate 10-15 shooters at one time. Not Technically Acceptable: Proposed range is not indoors or does not provide the minimum 10-15 firing points to accommodate 10-15 shooters at one time. 4. The range must be able to accommodate a qualification course distance minimum of 1.5 yards and maximum of 25 yards. Technically Acceptable: The proposed range accommodates the required 1.5 yards minimum and maximum of 25 yards qualification course distance. Not Technically Acceptable: The proposed range does not accommodate the required qualification course distance. 5. The indoors range shall possess air conditioning, heating, and approved ventilation system in conformance with existing OSHA standards. Technically Acceptable: The proposed range meets existing OSHA standards. Not Technically Acceptable: The proposed range does not meet existing OSHA standards. 6. The range must provide 10-15 points of the facility (which must be separated/barricaded) for exclusive use for DHS personnel. Technically Acceptable: The proposed range has the required 10-15 points and separations. Not Technically Acceptable: The proposed range does not meet the required points and separations. 7. The range must provide a separate entrance/exit which will permit DHS personnel to enter/exit to the aforementioned 15 point area without interacting with the general public. Technically Acceptable: The proposed range has the required separated entrance/exit. Not Technically Acceptable: The proposed range does not have the required separated entrance. 8. DHS requires to reserve to use of the range in 5 to 8 hour blocks. DHS personnel will use the range an average of 25 days per quarter (100 days per year). The estimated number of rounds fired per year is 490,200. Technically Acceptable: The proposed range can be reserved for the required usage. Not Technically Acceptable: The proposed range cannot be reserved for the required usage. 9. The indoors range must possess adequate exterior lighting in both public and work areas. Technically Acceptable: The proposed range has adequate exterior lighting. Not Technically Acceptable: The proposed range does not have the adequate exterior lighting in both public and work areas. 10. The range must be equipped with separate male and female restroom facilities indoors with running water located in the range facilities for DHS use. Technically Acceptable: The proposed range meets the restroom requirements. Not Technically Acceptable: The proposed range does not meet the restroom requirements. 11. The range must be able to accommodate the following: 9mm,.40, and.357 caliber ammunition. Technically Acceptable: The proposed range can accommodate the required caliber ammunition. Not Technically Acceptable: The proposed range cannot accommodate the required caliber ammunition. 12. The range rules must allow movement between firing points and not restrict movement-oriented firearms training by students (e.g. standing to kneeling transitions). Technically Acceptable: The proposed range does allow movement between firing points. Not Technically Acceptable: The proposed range does not allow movement between firing points. 13. The range rules shall allow shooters to draw and fire from the holster and from concealment. Technically Acceptable: The proposed range's rules allow shooters to draw and fire from holster. Not Technically Acceptable: The proposed range's rules do not allow shooters to draw and fire from holster. 14. The range rules may not disallow a student from moving in front of the firing points with an instructor present, such as tactical move and shoot drills. Technically Acceptable: The proposed range allows this student movement. Not Technically Acceptable: The proposed range does not allow this student movement. 15. The range backstop/bullet trap must be maintained to provide a safe shooting environment. Equipment associated with the indoors range must be good working order and functional during courses of fire (i.e., pulleys, target system, lighting, etc.) The range shall provide sufficient trash receptacles for used targets target backers, and empty ammunition boxes. Technically Acceptable: The proposed range does maintain a safe shooting environment and has sufficient trash receptacles. Not Technically Acceptable: The proposed range does not maintain a safe shooting environment and does not have sufficient trash receptacles. 16. The range must possess a public address system available during firearms training. Technically Acceptable: The proposed range has the required public address system Not Technically Acceptable: The proposed range does not have the required public address system. 17. The indoors range must have an on-site classroom facility to accommodate 24 students for briefing purpose. Technically Acceptable: The proposed range does have classroom facilities to accommodate 24 students. Not Technically Acceptable: The proposed range does not have classroom facilities to accommodate 24 students. Price Factors The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers are technically acceptable, and 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 System for Award Management at https://www.sam.gov (formally CCR) prior to contract award. 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. Offerors shall provide pricing to cover a (1) year base period and (4) one year options. Options will be evaluated at time of award. Pricing must be submitted on a "per hour" utilizing the maximum of 8 hours basis utilizing 15 firing point areas. Pricing for the base year and 4 term option years must be submitted as follows: Base Year and Four Options: Base Year: September 1, 2014 - August 31, 2015 Price per hour = _____________ X = 8 hours = ____________ X 100 days = ____________ Total Price : ____________ Option Year One: September 1, 2015 -August 31, 2016 Price per hour = _____________ X = 8 hours = ____________ X 100 days = ____________ Total Price : ____________ Option Year Two September 1, 2016 - August 31, 2017 Price per hour = _____________ X = 8 hours = ____________ X 100 days = ____________ Total Price : ____________ Option Year Three: September 1, 2017 - August 31, 2018 Price per hour = _____________ X = 8 hours = ____________ X 100 days = ____________ Total Price : ____________ Option Year Four: July 31, 2018 - August 1, 2019 Price per hour = _____________ X = 8 hours = ____________ X 100 days = ____________ Total Price : ____________ Offerors are reminded to submit pricing for all years. A proposal submitted without pricing for a base and four one year term options will be considered technically non-responsive and may be removed from consideration for award. Contractors will be permitted to bill on a monthly basis for hours used during the month. Invoice to be submitted only once a month. Proposed Site Inspection As part of the proposal evaluation process, TSA reserves the right to inspect all proposed sites to ensure compliance with all requirements set forth above. 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 System for Award Management 52.217-5 Evaluation of Options (July 1990) 52.204-7 Central Contractor Registration (Apr 2008) now SAM - System for Award Management https://www.sam.gov 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 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), FAR 52.225-1 "Buy American Act-Supplies," FAR 52.225-2 "Buy American Act-Certificate," FAR 52.225-5 "Trade Agreements," FAR 52.225-6 "Trade Agreements Certificate," FAR 52.225-9 "Buy American Act-Construction Materials," FAR 52.225-10 "Notice of Buy American Act Requirement-Construction Materials," FAR 52.225-11 "Buy American Act-Construction Materials under Trade Agreements," and FAR 52.225-12, "Notice of Buy American Act Requirement-Construction Materials under Trade Agreements" 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003) now System for Award Management - SAM www.sam,gov 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) 52.222-54, Employment Eligibility Verification Additionally, offerors are advised that the above 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. Instruction to Offer: Questions concerning this solicitation must be furnished in writing to Raymond.p.widmann@ole.tsa.dhs.gov or Doretta.F.Chiarlone@ole.tsa.dhs.gov no later than 2 calendar days before the close of the Request for Proposal. The date and time for the submission of proposal is Tuesday, August 19, 2014 at 10:00am Eastern Standard Time and shall be emailed to Doretta.F.Chiarlone@ole.tsa.dhs.gov To be eligible for award, the offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2013), with its proposal. 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. It is the responsibility of the Offeror to ensure their entire proposal is received, on time and in accordance with these instructions. All offerors shall ensure that their submission includes, at a minimum the following information in response to this RFP. 1. Technical Factor 1 - Technical Capabilities (see technical requirements). a. Compliance Letter on the offeror's letterhead that contains a point - by - point description of the proposed range's specific features against the technical requirements listed above. 2. Technical Factor 2 - Past Performance. 3. Pricing - Please complete enclosed price sheet. 4. Administrative Documentation to include: a. Cage Code b. Company Name and Address c. Contractual Point of Contact Name, Phone Number, Email Address d. Company Tax Identification Number e. Company DUNS Number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-14-R-00043/listing.html)
 
Place of Performance
Address: See above, New York, New York, 11370-1131, United States
Zip Code: 11370-1131
 
Record
SN03428469-W 20140719/140717235203-c65650a14c7a2dc651ad4e975ddddfea (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.