SOLICITATION NOTICE
X -- Final Bid - FIRING RANGE
- Notice Date
- 2/22/2017
- Notice Type
- Presolicitation
- Contracting Office
- 24000 Avila Road, Suite 3104, Laguna Niguel, CA 92677
- ZIP Code
- 92677
- Solicitation Number
- 192117FSERANGX002
- Response Due
- 3/1/2017
- Archive Date
- 8/28/2017
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- Bids are being solicited under solicitation number 192117FSERANGX002. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 846116. SMALL BUSINESS SET ASIDE: Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-03-01 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DHS Immigration and Customs Enforcement (ICE) requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Firing Range Lease. Base Year. Minimum 48 days per year (average 12 days each quarter during the calendar year. Quantity is an estimate and may increase or decrease. Please review the attached Statement of Work (SOW. Period of Performance; April 16, 2017 - April 15, 2018., 48, DAY; LI 002: Firing Range Lease. Option Year One (1). Minimum 48 days per year (average 12 days each quarter during the calendar year. Quantity is an estimate and may increase or decrease. In Accordance with FAR 52.217-9.Option to Extend the Term of the Contract. Please review the attached Statement of Work (SOW). Period of Performance; April 16, 2018 - April 15, 2019., 48, DAY; LI 003: Firing Range Lease. Option Year Two (2). Minimum 48 days per year (average 12 days each quarter during the calendar year. Quantity is an estimate and may increase or decrease. In Accordance with FAR 52.217-9.Option to Extend the Term of the Contract. Please review the attached Statement of Work (SOW. Period of Performance; April 16, 2019 - April 15, 2020., 48, DAY; LI 004: Firing Range Lease. Option Year Three (3). Minimum 48 days per year (average 12 days each quarter during the calendar year. Quantity is an estimate and may increase or decrease. In Accordance with FAR 52.217-9.Option to Extend the Term of the Contract. Please review the attached Statement of Work (SOW. Period of Performance; April 16, 2020 - April 15, 2021., 48, DAY; LI 005: Firing Range Lease. Option Year Four (4). Minimum 48 days per year (average 12 days each quarter during the calendar year. Quantity is an estimate and may increase or decrease. In Accordance with FAR 52.217-9.Option to Extend the Term of the Contract. Please review the attached Statement of Work (SOW. Period of Performance; April 16, 2021 - April 15, 2022., 48, DAY; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Immigration and Customs Enforcement (ICE) intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. DHS Immigration and Customs Enforcement (ICE) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Delivery must be made within 30 days or less after receipt of order (ARO) unless otherwise noted in the buy. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. TO HAVE A BID CONSIDERED FOR AWARD FOR LOWEST PRICED TECHNICALLY ACCEPTABLE, ALL VENDORS MUST REVIEW THE STATEMENT OF WORK (SOW), SATISFY THE REQUIREMENT IN THE SOW AND ROVIDE THE NUMBER OF MILES DISTAINCE THE FIRING RANGE TO THE LOCATION AT 12500 TUKWILA INTERNATIONAL BOULEVARD, TUKWILA, WA 98168. VENDOR SHALL CERTIFY IN WRITING THAT THE SUBMIITED QUOTE SATISFY THE REQUIREMENT. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Company must be registered in Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item ” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question ’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. Contractor will be provide a preliminary written notice of intent to extend at least 60 days before the expiration of the current performance period.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192117FSERANGX002/listing.html)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN04410209-W 20170224/170222234542-3c50c619ff0131f0137fe30d6c4f4b66 (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 |