Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2015 FBO #4844
SOLICITATION NOTICE

99 -- Firing Range Service - Detriot Metro Airport

Notice Date
2/26/2015
 
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
HSTS07-15-R-00027
 
Point of Contact
Doretta F. Chiarlone, Phone: 609-813-3363, Raymond Widmann, Phone: 609-813-3375
 
E-Mail Address
doretta.chiarlone@tsa.dhs.gov, Raymond.Widmann@tsa.dhs.gov
(doretta.chiarlone@tsa.dhs.gov, Raymond.Widmann@tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
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 HSTS07-15-R-00027 which is issued as a Request for Proposal (RFP). This requirement will be an UNRESTRICTED acquisition. The proposed contract will be for one (1) base year and four (4) one year options. The North American Industry Classification Code (NAICS) is 611699. Services anticipated beginning on or about April 15, 2015. The Department of Homeland Security (DHS) has a requirement for a firearms outdoor 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 outdoor range shall be within a 20 mile radius of the Detroit Metropolitan Airport. The proposed range must meet the following standards to qualify for consideration: 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 20 shooters. Each shooter will fire approximately 250 rounds per day. The range shall be capable of allowing leaded ammunition fire. The range owner will be responsible for lead recovery at the range. It shall have parking available on site for a minimum of 20 shooters at one time. The range shall have firing lanes up to 50 yards long. The range rules cannot disallow movement between firing points or restrict movement-oriented firearms firing points training by students (i.e. standing to kneeling transitions). The range rules 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 must possess moveable barricades for the 25 and 15 yard line course of fire. The range most have target stands available to accommodate paper and cardboard DHS Transitional II targets. DHS personnel will use the range an average of 18 days per year (3 days X 6 months = 18 days per year/from April 15th to October 30th) with an estimated 20 shooters per day. The estimated number of rounds fired per year is 90,000 (based on 20 shooters per day X 250 rounds per shooter X 18 days). The range must be closed to the public during the corresponding hours. Under this contract, DHS requires exclusive use of the range in 8 hour blocks from 8:00 AM to 16:00 PM. This does not include weekends and federal holidays. 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 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 (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. At a minimum, offerors proposals shall include the following sections: (1) Qualification Statement, (2) Past Performance references, and (3) 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 offeror's 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 4 hour blocks. Contractors will be permitted to bill on a monthly basis for hours used 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 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. PRICING 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 quoted on a 4 hour block basis. Pricing for the base year and 4 term option years must be submitted as follows: Base Year and Four Options: Base Year: April 15, 2015 - April 14, 2016 Price per day = _____________ X 18 days = ___________ Option Year One: April 15, 2016 - April 14, 2017 Price per day = _____________ X 18 days = ___________ Option Year Two: April 15, 2017 - April 14, 2018 Price per day = _____________ X 18 days = ___________ Option Year Three: April 15, 2018 - April 14, 2019 Price per day = _____________ X 18 days = ___________ Option Year Four: April 15, 2019 - April 14, 2020 Price per day = _____________ X 18 days = ___________ 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. 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. 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 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. 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. 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 52.217-5 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), 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 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@tsa.dhs.gov or Raymond.Widmann@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 Friday, March 27, 2015. At 10:00am Eastern Standard Time and shall be emailed to Doretta.Chiarlone@tsa.dhs.gov or Raymond.Widmann@tsa.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-15-R-00027/listing.html)
 
Place of Performance
Address: See below, Detroit, Michigan, 48174, United States
Zip Code: 48174
 
Record
SN03653446-W 20150228/150226235301-31984672eeac5b43ea5deaa10ffb7c61 (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.