Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2023 SAM #7885
SPECIAL NOTICE

U -- Intent to Sole Source Range Training

Notice Date
6/28/2023 3:21:43 PM
 
Notice Type
Special Notice
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP23R0020
 
Response Due
7/13/2023 6:00:00 AM
 
Archive Date
07/28/2023
 
Point of Contact
Otha Henderson
 
E-Mail Address
otha.b.henderson.civ@army.mil
(otha.b.henderson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation:� W911YP23R0020 Agency/Office:� Utah Army National Guard / USPFO Delivery Location:� Utah Army National Guard, 12953 South Minuteman Drive, Draper, UT� 84020 Subject:� ASD FARM Ranges Response due: 0700 AM (Mountain) 13 July 2023 Contracting POC:� Otha Henderson; Email: otha.b.henderson.civ@army.mil Description: The Utah Army National Guard, in accordance with Federal Acquisition Regulation (FAR) part 13-Simplified Acquisition Procedures, and FAR part 6-Competition Requirements, intends to award a firm-fixed price contract on a sole source basis to Pew Pew Solutions LLC for Marksmanship Training.� FAR 6.302-1(a) is being used to solicit this requirement as a sole source requirement.� The NAICS used for this procurement will be �713990 � All Other Amusement and Recreation Industries� and the SBA small business size standard of $8 Million.� Technical Specifications:� 1. 1st Battalion 19th Special Forces Group (Airborne) will be conducting the Special Forces Basic Combat Course-Support (SFBCC-S) during the month of August and September 2023 for a total of 60 students and ODA instructors within the 19th Special Forces Group (Airborne). 2. There is a requirement to conduct a train up for multiple days which will cover weapon zero and qualification, Combat Management Marksmanship Skills (CMMS), Close Quarters Battle (CQB), Military Operations on Urbanized Terrain (MOUT), Sniper Training, and on/off-road military vehicle mobility training, all being conducted simultaneously in preparation of a live fire exercise being conducted at Dugway Proving Grounds.� These events are a critical piece in training before the live-fire exercise occurs. 3. The range site should be within a 30 miles radius and no more than an hour drive time from Camp Williams, UT for daily movement to and from the site. 4. The following range requirements are needed for training from 1-4, 14-18, 21-23 Aug 2023 and 13 Sept 2023 with 24-hour access to the training site. 5. The ranges should be able to facilitate both day and night training with 9mm, 5.56mm, 7.62mm, and 300 win mag, both live and non-lethal/blank ammunition all 24 hours of the day.� The only exception is when conducting MOUT operations to which only blank or non-lethal ammunition will be used. 6. Each range needs to have the ability of freedom of movement between ranges without interruption to the training schedule set forth for each rotation.� For example, students need to have the ability to move from the CMMS range to the MOUT site without any major transportation interruptions causing a period of delay because of the distance between ranges. 7. Because of the fire danger that always exists during the summer months in Utah, there is a requirement to be able to conduct this training in an environment where the fire danger does not interrupt the training that is set forth in the concept of operations of SFBCC-S.� ODA team members should have the ability to instruct students daily without any wildfire restrictions that would hinder any training being conducted that day. 8. All ranges should have the ability to move both vertically and laterally with live ammunition under instructor supervision.� Students and instructors should be able to safely move to the correct point of domination, while safely and effectively collapsing primary and secondary sectors.� The MOUT site should allow free movement in a controlled manner through an urban environment. 9. The following ranges are required during this time.� 3 ranges with a minimum length of 100 meters and width of 45 Meters with the ability to conduct CMMS, and CQB.� 1 range with a minimum length of 91 meters, a minimum width of 27 meters, and high berms on 3 sides allowing for the confirming of rifle zeros, ALT-C rifle qualification, CMMS, and CQB.� 1 Range with a minimum of 350,000 square foot outdoor city to conduct force on force, CQB, and MOUT training. 10. The following range is required that meets the specifications laid out in paragraphs 3 through 7.� The range required needs to be a shoot house with multiple configurations that allow for realistic indoor movement and flexible target engagements in a more lifelike and light-controlled environment.� There needs to have the ability for instructors to supervise student movements and force-on force work from above as operations are being conducted by students.� The shoot house should be a minimum of 30 meters in width and a minimum of 40 meters in length. 11. The following range is required that meets the specifications laid out in paragraphs 3 through 7.� The range required needs to have the ability to support sniper training with a minimum width of 64 meters and a minimum length of 365 meters. INTERESTED PARTIES: Interested parties may identify their interest and capability to respond to this requirement to the UTARNG USPFO for Utah within seven (7) calendar days from the posting of this notice or by�13 July 2023, 7:00am Mountain.� Supporting information must be furnished to demonstrate the firm�s ability to provide Marksmanship Training above.� Information can be sent to Contracting Specialist, Otha Henderson at�otha.b.henderson.civ@army.mil .� No telephone or facsimile requests will be accepted and must be received with adequate time to research and respond prior to the closing of this solicitation. �Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. �If no responses are received, the USPFO for Utah will proceed with the sole source award.� Set-aside / FAR regulation: Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 total small business set-aside procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. SAM registration:� All firms or individuals responding must meet all standards required to conduct business with the government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. Small business joint venture: �A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.� These joint venture representations, added via the final rule for FAR case 2017-019, policy on joint ventures, published on September 23, 2022, at 87 FR 58219, will be incorporated into the FAR on October 28, 2022 (see policy alert # 23-011, attached); however, they will not be reflected in the SAM. These procedures will allow the Department of Defense to continue to make awards to eligible small business joint ventures while SAM is being updated to align with the FAR. Quote: Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 0700 AM MST 13 July 2023. All submissions should be sent via email to:� otha.b.henderson.civ@army.mil . Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c4dd96ab859461c87ee987c6159f6e3/view)
 
Place of Performance
Address: UT 84020, USA
Zip Code: 84020
Country: USA
 
Record
SN06730488-F 20230630/230629060346 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.