Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
MODIFICATION

Z -- Range 1-6 Auger Renovation

Notice Date
11/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524, United States
 
ZIP Code
31524
 
Solicitation Number
FLETC-SOL-18-XXX1
 
Archive Date
12/6/2017
 
Point of Contact
Terrence D. Johnson, Phone: 9122673090, Shannon Anthony, Phone: 912-2613630
 
E-Mail Address
Terrence.Johnson@fletc.dhs.gov,
(Terrence.Johnson@fletc.dhs.gov, ontracting)
 
Small Business Set-Aside
N/A
 
Description
Range 1-6 Auger Renovation Sources Sought Notification This Sources Sought/Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Federal Law Enforcement Training Center (FLETC). The purpose of this RFI is to help the FLETC understand the industry best practices and technical solutions capable of providing the full range of requirements described in this RFI. FLETC will use this market research information to assess the market's capability to successfully meet the FLETC's Range 1-6 Auger Renovation requirements. Sources Sought Another purpose of this Sources Sought Notice/RFI is to determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) companies; firms in Historically Underutilized Business Zones (HUBZone); Service-Disabled Veteran-Owned small businesses; and Women-Owned small businesses). FLETC welcomes responses from all interested parties. Sources Sought Response Requirements Responses to this notice shall be limited to ten pages (excluding marketing literature and/or technical data sheets and/or resumes) and must include: 1. A capability statement in response to each of the individual draft Statement of Work (SOW) requirements. 2. Description of the company's past performance and experience with implementation of this type of Range Auger Systems that is of a similar scope and size. And information (Government or commercial entity, contract/purchase amount, etc.) relating to each of the past performance descriptions. 3. Responses to the following questions: a. Are any of the FLETC specific requirements too restrictive? In other words, are any of the requirements too specific that it would eliminate a commercial product or products that could potentially more than satisfactorily satisfy the FLETC's goals? b. Any suggestions regarding the FLETC's requirements and/or SOW? c. Any other comments regarding this potential acquisition? d. What type of incentives would the market be open to? e. What is the most efficient method to install the Augers? f. Would phasing the ranges work be an acceptable method for scheduling? 4. Organization name, and telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 5. Commercial pricing list(s) or other pricing information, if applicable and available. 6. Customary practices, including warranties, discounts, and contract type(s) under which commercial sales of the products or services are made, if applicable and available. 7. DUNS number, CAGE code, and company structure (corporation, LLC, partnership, joint venture, etc.). 8. Written confirmation of registration in SAM (www.sam.gov). Offerors should be registered to be considered as a source. 9. Please provide the size classification of your business under the appropriate NAICS code. If you are classified as a small business, HUBZone small business, Service Disabled Veteran Owned small business, Woman-owned small business and/or 8(a) certified small business, please provide a detailed capability statement, focusing on your firm's proven ability to provide the range of requirements. 10. Please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting, for this requirement if you've identified your business as a small business. 11. Identification of any Government contractual vehicles available for use for this requirement, such as GSA Federal Supply Schedule contract numbers and GWACs by agency and contract numbers, if applicable. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FLETC's review of the information received. Additionally, the FLETC's does not intend to hold discussions concerning this RFI with any interested parties. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, FLETC reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations. Responses to this announcement will not be returned, nor there any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Any questions regarding this notice must be submitted in writing to Terrence Johnson at Terrence.Johnson@fletc.dhs.gov. Respondents must submit a capability statement and response requirements to Terrence.Johnson at terrence.johnson@fletc.dhs.gov no later than the specified due date and time indicated on the Government Point of Entry (GPE) for consideration. Draft Statement of Work Range 1-6 Auger Renovation Existing Ranges 1-6 (Buildings 157, 159, 161, 163, 165 and 167) located on the Federal Law Enforcement Training Centers, Glynco, GA have an existing vacuum system for removing expended ammunition and items discharged during the use of various firearms. The new system is an electric motor driven auger that will physically move the expended ammunition and other items that are expended when discharging firearms. The old trap for the vacuum system will be removed from the back of the existing steel plates. The current vacuum system will be removed and all equipment associated with it. The new auger system will be attached to the existing steel plates and the drive motor will be installed per design in a new attached structure on one side of each existing Range. No abatement or remediation is required as part of this work. This is a Lead-Free range. The Government will provide both air sample tests and swipe tests results. The contractor is responsible for testing the air where work is taking place at the time of the work to ensure proper protection is provided for all workers. The equipment to be removed will be cleaned with a HEPA vacuum. The equipment will be tested to ensure the residue remaining is within safe limits defined by the EPA, OSHA, and other applicable state and national standards. The removed equipment will be turned over to the Government. The equipment will be deposited in Government provided bins and disposed of by the Government. The Government will clean the ammunition debris collection systems before the start of work and dispose of contents. The Government will provide 55 gallon barrels for the purpose of collecting debris and dust that is a result of the work. Once the contractor has placed the material in the barrels and filled them, the Government will dispose of the barrels and material.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/FLETC-SOL-18-XXX1/listing.html)
 
Place of Performance
Address: 1131 Chapel Crossing Road, GLYNCO, Georgia, 31524, United States
Zip Code: 31524
 
Record
SN04738684-W 20171115/171113231229-fbbadfc97af12a0d7dc4ec051989be68 (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  © 1994-2020, Loren Data Corp.