SOLICITATION NOTICE
99 -- Firing Range for Orange County
- Notice Date
- 11/9/2005
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- DHS - Border and Transportation Security, Immigration & Customs Enforcement, Contracts & Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
- ZIP Code
- 08405
- Solicitation Number
- HSTSAM-06-R-00011
- Response Due
- 12/8/2005
- Archive Date
- 12/23/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSTSAM-06-R-00011, 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 to begin on or about January 3, 2006. The Department of Homeland Security (DHS) has a requirement for a firearms range to conduct mandatory quarterly qualifications and other firearms training. The range shall be within a 30-minute commute of the Los Angeles Field Office 2 Wrigley, Irvine, California 92618. The 30-minute commute will be assessed in consideration of prime, rush hour traffic in both the morning and late afternoon/early evening. The proposed range must meet the following standards to qualify for consideration: DHS will provide all AMMUNITION, TARGETS and FIREARMS INSTRUCTORS. DHS will allow or require one contractor instructor to assist in the computer operations of the range systems. The range time must be available exclusively to the Department of Homeland Security (DHS) during the hours indicated. The range must be closed to the public during the corresponding hours and the hours for use should be scheduled. The range is preferred to be indoor or however outdoor facilities are not excluded. The range must possess a minimum of 10 firing points and must be able to accommodate a qualification course distance minimum of 1.5 yards and maximum of 25 yards. The range must possess moveable barricades for the 15 and 25 yard-line courses of fire. The range shall possess adequate exterior lighting in both public and work areas. The range shall possess drinking fountains located near the range for DHS use. The range shall be equipped with separate men and separate women?s restroom facilities indoor with running water located near the range facilities for DHS use. The range shall provide adequate parking to accommodate 25 vehicles and coincide with the location cited above. The range must possess an on-site classroom facility. The range must be able to accommodate the following: 9mm, 40, and .357 (may be frangible) caliber ammunition. The range rules must allow movement between firing points and will not restrict movement-oriented firearms training by students (e.g. standing to kneeling transitions). The range rules will allow shooter to draw and fire from the holster. The range rules cannot disallow a student from moving in front of the firing points with an instructor present, such as tactical move and shoot drills where instructor/student ratio would be too restrictive. Indoor ranges must possess air conditioning, heating, and an approved ventilation system that conforms to existing OSHA regulations. For indoor range an operational turning target system, which turns targets in less than one second, is required. The indoor range prefers (but is not required) a Performance Fog Generator or the ability for reduced light capability, and be able to have a 180 degree field of fire. DHS personnel will use the range an average of 20 days per quarter. The estimated number of rounds fired per year is 350,000. The range must be closed or concealed from the public during the corresponding hours. Under this contract, DHS requires exclusive use of the range in eight (8) hour blocks form 0800 to 1700 hours. This does not include weekends and Federal holidays, however, there may be circumstances wherein a day of a weekend would be needed. The proposed contract will be for one (1) base year and four (4) one-year options. Offerors shall submit pricing for all range requirements: Invoice shall be submitted only once a month. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 (September 30, 2005). The following provisions in Federal Acquisition Regulation (FAR) apply to this solicitation. 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 provisions of FAR 52.212-1, Instructions to Offers?Commercial Items (Jan 2004) and the clause at FAR 52.212-4 Contract Terms and Conditions?Commercial Items applies to this acquisition. (FAR 52.212.2, Evaluation?Commercial Items (Jan 1999). At a minimum, offerors? proposals shall include the following sections: Qualification Statement, Past Performance reference, and Price. Evaluation factors include the following: (a) Technical Factors (1) Qualifications?Offerors? 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) meet minimum qualifications. (2) Past Performance History: The offeror(s) proposal shall include a minimum of two (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) Pricing Factors Offerors shall provide pricing to cover a 1-year base period and four (4) one year options. Pricing shall be submitted on either an hourly basis or a per day basis. All evaluations factors, when combined, are more important than price. The government will award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Award will be made only to contractors who have registered with the Central Contractor Registration. You can register at the CCR website: www.ccr.gov. Offerors must include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certification?Commercial Items with their offer. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (October 2003) applies to this acquisition. The following clauses listed in 52.212-5 (b) and (c) are included by reference: 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.22-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.232-38, Submission of Electronic Funds Transfer with Offer (Oct 2003). FAR 52-217-9, Option to Extend the Term of the Contract (Mar 2000) (should Government exercise option years). Contractors are reminded that in accordance with subparagraph (q), ?Other Compliances,? contained within FAR Clause 52.212-4, the successful contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. 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 without prior written approval from the Contracting Officer. Invoicing will be permitted to once a month in accordance with Clause 52.212-4 which will be incorporated into the resulting contract. Questions concerning this combined synopsis/solicitation must be furnished in writing or by e-mail to: Doretta.Chiarlone@secureskies.net or at fax number (609) 813-3446. Your questions must be mailed or faxed in sufficient time to be received by the Contract Specialist on or before 3:00 p.m., EST, Thursday, December 8, 2005. The date and time for the submission of proposals is 3:00 p.m. EST Thursday, December 8, 2005. Proposals shall be signed, shall reference the RFP Number HSTSAM-06-R-00011, and shall be sent to the attention of Doretta Chiarlone, Contract Specialist, William J. Hughes Technical Center, Bldg 202, Atlantic City International Airport, New Jersey, 08405. Proposals will be accepted via fax or e-mail provided they are received by the time and date established for receipt of proposals. Faxed proposals may be sent to Ms. Chiarlone @ (609) 813-3446.
- Record
- SN00929167-W 20051111/051109211517 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |