Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2009 FBO #2603
SOLICITATION NOTICE

U -- Firing Range for Dallas, TX Area

Notice Date
1/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
 
ZIP Code
08405
 
Solicitation Number
HSTS07-09-R-00076
 
Point of Contact
Doretta Chiarlone,, Phone: 609-813-3363
 
E-Mail Address
Doretta.Chiarlone@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis for commercial items prepared in accordance with the Federal Acquisition Regulation as supplemented with additional information included in this notice. The solicitation number is HSTS07-09-R-00076, which is issued as a Request for Proposal (RFP). This requirement will be a TOTAL SMALL BUSINESS SET ASIDE acquisition. The proposed contract will be for a one (1) year requirement only. The North American Industry Classification Code (NAICS) is 611699. Services anticipated on or before February 2, 2009. THE RANGE MUST BE AN ESTABLSIHED/EXISTING RANGE. The range shall be within a 15 mile radius of the Dallas-Ft. Worth Airport. The proposed range must meet the following standards to qualify for consideration: One (1) live-fire firearms range (covered or all-weather use) a. Not less than 24 firing points b. The range must have a fully concreted surface with distinct shooting positions for the1.5, 3, 7, 15 and optimally 25-yard lines. c. Must have a firearms cleaning area. d. Must accommodate two 10x24ft trailers. The proposed ranges must meet various standards to qualify. The contractor must make the range available exclusively to the inspectors/officer of DHS in accordance with times specified in the attachment, “Locations – Schedule Requirements”. •The designated range area must be closed to the public during the corresponding hours of use. •The range must have parking available for up to 25 vehicles. •The range must have male/female washroom/restroom facilities with running water in proximity •The range may be indoor or outdoor and provide coverings for all weather shooting conditions. •The range must possess a minimum of 24 firing points. The range must have a fully concreted surface with distinct shooting positions for the 1.5, 3, 7, 15 and 25-yard lines. •The range must be able to accommodate low light/night fire drills on all days scheduled. •The range must possess target base stands that are compatible with 1”X 2” fir strips to hold the targets or remote controlled turning targets compatible to fit various target sizes. •The range must have moveable barricades for the 15 and 25 yards lines. •Any covering supports, barricades or barricades holders on the range shall be constructed of a material that does not deflect/ricochet rounds that inadvertently strike it. (Example: wood). •The range must be able to accommodate all handgun calibers to include frangible ammunition for steel targets. •The range rules cannot disallow movement between firing points or restrict movement-oriented firearms training by students (i.e. standing to kneeling transitions.). •The range rules cannot disallow students from drawing and firing from the holster or students turning and then drawing and firing from the holster. •The range rules cannot disallow students from multiple and rapid-fire drills. •The range rules cannot disallow a student from moving in front of the firing points with an instructor present, (i.e., tactical move and shoot type drills). •The range must have proper drainage control as well as a safe usable all weather surface during rainy conditions, (i.e. concrete). •The range must have a structure to provide shade and rain protection for up to 24 students plus six instructors. •The range must have electrical outlets at the structure site. •Indoor ranges must possess a ventilation system that conforms to existing OSHA standards. •The range must be available on a daily basis Monday through Friday and also include the ability to schedule on weekends or holidays. The range must have the ability to shoot night fire drills and provide sufficient lighting. The estimated number of rounds fired per quarter is 132,000. •FAMS will have priority scheduling as long as it is done 30 days in advance. FAMS personnel will use the range an average of 12 days per month, 8 hours each day for 24 point range. Approximately 44,000 rounds are anticipated to be shot per month. The proposals set forth shall price a minimum of 144 days per year (twelve days a month for 12 months). This requirement is for only a one year usage.. Offerors shall submit pricing for all range requirements. Pricing must be quoted on a monthly basis for the aforementioned ays. Pricing for only a one year requirement will be accepted. Invoices shall be submitted no more than once a month. PROPOSED SITE INSPECTION As part of the proposal evaluation process, DHS reserves the right to inspect all proposed sites to ensure compliance with all requirements set forth above. The proposed contract will be for (1) base year and (4) four one-year options. 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 following provisions in Federal Acquisition Regulation (FAR) apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offers Commercial Items (June 2008) and the clause at FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) apply to this acquisition. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition. Additional clauses applicable to this acquisition are listed later in this document. At a minimum, offerors proposals shall include the following sections: Qualification Statement, Past Performance references, and Price. The proposals will be evaluated using the factors as follows: (a) Technical Factors (1) Qualification Statement. Offeror 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) meets minimum qualifications. (2) Past Performance History. The offerors proposal shall include a minimum of (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) Price Factors Offerors shall provide pricing to cover a (1) year base period and (4) one year options. Pricing should be proposed on monthly basis. Contractors will be permitted to bill on a monthly basis for hours used during the month. Invoice to be submitted only once a month. All evaluation factors, when combined, are more important than price. The Government will award a contract resulting from this solicitation only if it can be determined that the responsible offerors proposal, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. Award may be made only to a contractor who has registered with the Central Contractor Registration prior to contract award. You can register at the CCR website: http/www.ccr.gov. To be eligible for award, offerors must provide a completed copy of the provision FAR 52.212-3, Offerors Representations and Certification - Commercial Item (June 2008). To obtain a copy, please email Contracting Officer Doretta.Chiarlone@dhs.gov. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (June 2008) 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 (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), 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 (May 1999). FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000). 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 about this contract to any individual or organization without prior written approval from the Contracting Officer. Questions concerning this synopsis must be furnished in writing or by e-mail to: Doretta.Chiarlone@dhs.gov or at fax number (609) 813-3394. Your questions must be in writing and be e-mailed or faxed in sufficient time to be received by the Contracting Officer on or before January 21, 3:00, PM EASTERN STANDARD TIME. The date and time for the submission of response is Friday, January 23, 2009. 3:00 PM EASTERN STANDARD TIME and shall be emailed to the attention of Doretta Chiarlone, Contracting Officer, email: Doretta.Chiarlone@dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0ff14325bc0be2cf8bcb554c929d6291&tab=core&_cview=1)
 
Place of Performance
Address: Dallas, TX, Dallas, Texas, United States
 
Record
SN01730103-W 20090111/090109222207-0ff14325bc0be2cf8bcb554c929d6291 (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.