Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOLICITATION NOTICE

W -- SAC Detroit Firing Range Use - SOW

Notice Date
3/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
192118VDT0SAC0007
 
Archive Date
4/21/2018
 
Point of Contact
Christopher Trujillo, Phone: 2149055575
 
E-Mail Address
Christopher.Trujillo@dhs.gov
(Christopher.Trujillo@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SAC Detroit Firing Range Use Statement of Work 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document (192118VDT0SAC0007) and incorporated provisions and clauses are those in effect through FAC 2005-96, effective November 6, 2017. This solicitation is issued as a Request for Quote (RFQ) as is 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 713990 and the small business size standard $7.5 million. 2. The Government intends to award a single Firm Fixed Price purchase order for use of a training facility for law enforcement firearms qualifications in accordance with the attached Statement of Work (SOW). The contract is going to be a base year plus two one-year options. 3. Each quote will be evaluated based on low-price technically acceptable (LPTA). 4. Include the unit price and the extended price for all CLINs The RFQ contains the following contract line item numbers (CLIN)s: BASE YEAR (12 Months) Line Item QTY UNIT Quoted Price Extended Amount 0001 Firearm Range Use Fee 60 Ea $__________ $_____________ Twenty-five (25) Yard Lanes- 4 Hour Sessions in accordance with the SOW. 0002 Firearm Range Use Fee 10 Ea $__________ $_____________ One-Hundred (100) Yard Lanes- 4 Hour Sessions in accordance with the SOW. TOTAL BASE YEAR PRICE: $______________ 1ST YEAR OPTION (12 Months) Line Item QTY UNIT Quoted Price Extended Amount 1001 Firearm Range Use Fee 60 Ea $__________ $_____________ Twenty-five (25) Yard Lanes- 4 Hour Sessions in accordance with the SOW. 1002 Firearm Range Use 10 Ea $__________ $_____________ One-Hundred (100) Yard Lanes- 4 Hour Sessions in accordance with the SOW. TOTAL OPTION YEAR ONE PRICE: $______________ 2ND YEAR OPTION (12 Months) Line Item QTY UNIT Quoted Price Extended Amount 2001 Firearm Range Use Fee 60 Ea $__________ $_____________ Twenty-five (25) Yard Lanes- 4 Hour Sessions in accordance with the SOW. 2002 Firearm Range Use 10 Ea $__________ $_____________ One-Hundred (100) Yard Lanes- 4 Hour Sessions in accordance with the SOW. TOTAL OPTION YEAR TWO PRICE: $______________ TOTAL BASE YEAR & 2-ONE YEAR OPTIONS: $___________________ 4. The following provisions and clauses apply to this procurement: (i) By reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.252-2, Clauses Incorporated by Reference(Feb 1998) (ii) By full text: Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), does not apply to this RFQ. This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. An offer will be determined technically acceptable if no exception is taken to the specifications in the Statement of Work. Award will then be based on price. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. The Government will evaluate quotes for award purposes by adding the total price for all the options to the total price for the basic requirement. The Government may determine that a quote 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 quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. FAR 52.212-3, Offeror Representations and Certification-Commercial (Nov 2017)- The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: (4)52.204-10, (8)52.209-6, (14i)52.219-6, (22)52.219-28, (25)52.222-3, (27)52.222-21, (28)52.222-26, (30)52.222-36, (33)52.225-50, (38)52.223-11, (39)52.223-12, (44)52.223-18, (45)52.223-20, (46)52.223-21, (51)52.225-13, (57)52.232-33. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor prior to expiration; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days prior to the contract expiration date. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (5) Offers must be valid for a minimum of 60 days. Electronic quotes will be accepted at Christopher.H.Trujillo@ice.dhs.gov. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (6) Contractors shall submit any questions by no later than March 19, 2018 by 200 PM CDT in order for the Government to respond in a timely manner. Contractors' questions received after the aforementioned time and date will not be answered by the Government. (7) Quotes are due no later than April 6, 2018, at 2:00 PM CST. No late quotes will be accepted. (8) Quote Requirements: Quotes must include: unit and extended prices for all line items, brochures, specifications and/or technical data on the proposed services, Offeror Representations and Certifications (See FAR 52.212-3 above) and discount terms, if applicable. (9) ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered you may request an application through the SAM website at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192118VDT0SAC0007/listing.html)
 
Place of Performance
Address: SAC Detroit 477 Michigan Ave, Detroit, Michigan, 48226, United States
Zip Code: 48226
 
Record
SN04854818-W 20180316/180314231757-595fc1691d194feab29081f77c0a2653 (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.