SOLICITATION NOTICE
99 -- Firing Range for Boston, MA
- Notice Date
- 1/25/2010
- 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, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
- ZIP Code
- 08234
- Solicitation Number
- HSTS07-10-R-00023
- Point of Contact
- Doretta Chiarlone, Phone: 609-813-3363, Kathleen M. Fleming, Fax: 609-813-3394
- E-Mail Address
-
Doretta.Chiarlone@dhs.gov, kathleen.fleming@dhs.gov
(Doretta.Chiarlone@dhs.gov, kathleen.fleming@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a request for quotation. Please reference solicitation number HSTS07-10-R-00023 on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is being issued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 611699 and the size standard is $7M. This combined solicitation/synopsis is for the purchase of Range Services in accordance with the following requirements: 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 50 mile radius or 1-hour travel time of Chelsea, Massachusetts. The Department of Homeland Security (DHS) personnel will require a minimum of 24 established range days per quarter and eight (8) additional days annually to be used at the discretion of DHS on short notice (to provide for a flexible training schedule/make-up days). The range must be closed to the public during the corresponding hours. The primary range must be indoors and include a minimum of ten (10) firing points (exceptions reviewable). Vacant outdoor ranges should exist and be made available upon request (i.e. large shooter turn outs). The range must be able to accommodate a qualification course distance minimum of 1.5 yards and a maximum of 25 yards. The range must possess moveable barricades for the 15 and 25 yard line course of fire. The range must be able to accommodate all handgun calibers. The range must accommodate the use of portable steel targets. The range must possess some type of classroom facility with a marker board or equivalent. Range rules cannot disallow movement between firing points or restrict movement- orientated firearms training firing points by shooters (i.e. standing to kneeling transitions). Range rules cannot disallow shooters from drawing and firing from the holster. Range rules cannot disallow shooters from moving forward of the firing line when instructed and monitored by a qualified firearms instructor (i.e. tactical shoot and move type drills). The range facility must provide a shooting area to allow for the use of aircraft seats and portable steel targets during tactical drills. The range must possess a secure storage area with dimensions of height 13’ to 16’6”, width 102”, length wither 48” or 53’to allow for storage of ammunition, targets and other training props. Indoor ranges must possess air conditioning, heating, and an approved ventilation system that conforms to existing OSHA regulations. The range will have a designated firearms cleaning area. The range operator will be responsible for all lead recovery at the range, and removal of all waste materials from the range and the weapons cleaning area. Spent brass casings will be cleaned up at the end of the day by DHS personnel and put in range supplied containers. Brass will be the property of DHS unless specifically given to the range for recycling. The estimated number of rounds fired annually is 450,000 rounds. The range shall be equipped with men’s and women’s restroom facilities with running water for DHS use. The range shall possess drinking fountains located near the range for DHS use. The range shall provide adequate parking to accommodate at least 25 vehicles. The proposed contract will be for a base year and four one year options. Services anticipated on or before April 1, 2010. FAR 52.212-1 Instructions to Offers -- Commercial Items (June 2008) applies to this acquisition. Addendum to 52.212-1: c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) and award will be made to the firm offering the Lowest Priced Technically Acceptable to the Government. Paragraph (a) is hereby completed as follows: Technical Factors 1.Qualification Statement - Offeror shall confirm in writing that they meet all requirements set forth in this solicitation/synopsis. DHS reserves the right, however, to visit proposed site(s) to ensure compliance with all requirements set forth in the SOW. 2. Past Performance History - 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. Past performance will be based on responsiveness, quality and customer service. Price Factors Offerors shall provide pricing to cover a (1) year base period and (4) one year options.Options will evaluated at time of award. Pricing should be proposed on daily or 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 intends to award a firm-fixed price purchase order and may award without discussions.. 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. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual reps and certs electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 USC 644) 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) (15 USC 632(a) 2 52.222-3, Convict Labor (June 2003) (EO 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (Mar 2007) (EO 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 USC 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) The following clauses under subparagraph (c) apply: 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.232-19 Availability of Funds for the next Fiscal Year The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov The following additional terms and conditions apply: 52.204-7 Central Contractor Registration (Apr 2008) 52.217-5 Evaluation of Options (July 1999) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) 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 solicitation must be furnished in writing to doretta.chiarlone@dhs.gov or Kathleen.fleming@dhs.gov or faxed to (609) 813-3394 no later than 2 calendar days before the close of the Request for Proposal. The date and time for the submission of quotes is Thursday, February 25, 2010, 3:00 PM Eastern Standard Time and shall be emailed to doretta.chiarlone@dhs.gov or kathleen.fleming@dhs.gov or faxed to 609-813-3394.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-10-R-00023/listing.html)
- Place of Performance
- Address: Boston (Chelsea), MA, United States, Boston, Massachusetts, 02150, United States
- Zip Code: 02150
- Zip Code: 02150
- Record
- SN02049406-W 20100127/100125235033-c413214d7889e8eb886607b7e22a086b (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 |