MODIFICATION
X -- Firing Range Services
- Notice Date
- 6/30/2010
- Notice Type
- Modification/Amendment
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- DHS-10-20056369
- Point of Contact
- Karen R. Petty, Phone: 2023443951
- E-Mail Address
-
karen.petty@dhs.gov
(karen.petty@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- ******************************The purpose of this amendment is to extend the due date to July 6, 2010 @5:00 p.m. Eastern Standard Time. All other terms and conditions remain unchanged.****************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-41. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 713990, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is a full and open competition. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor Federal Business Opportunities' website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. 1.0 INTRODUCTION 1.1 Organization U.S. Customs and Border Protection (CBP) is an agency established under the Department of Homeland Security. CBP provides security at Americas Borders. CBP is also responsible for processing all people, vehicles and cargo entering the United States; apprehending individuals attempting to enter the United States illegally; stemming the flow of illegal drugs and other contraband; protecting our agricultural and economic interest from harmful pests and diseases; regulating and facilitating international trade and travel; protecting American business from theft of intellectual property and unfair trade practices; collecting import duties; maintaining export controls; and enforcing U.S. trade laws. CPB is one of 22 Department of Homeland Security (DHS) federal agencies having more than 43,000 employees throughout the Untied States and the world. 2.0 OBJECTIVE The purpose of this procurement is to acquire firing range services, classroom and gym/mat room facilities for use by CBP Officers to meet mandatory recurring requirements to re-qualify for firearms and defense tactics expertise. The CBP Officers must re-qualify three times per year. 3.0 SCOPE OF WORK 3.1 General Requirements The contractor shall provide the facilities of a firing range, classroom and gym/mat room for CBP Officers located at the Los Angeles International Airport port of entry. The facilities shall be used for firearms and defense tactics qualifications and shall include a firing range, classroom and gym/mat room facilities, electricity, water and bathrooms. The facilities shall be well conditioned, maintained and quality assurance, and shall follow the city/state requirements and regulations. The facility shall honor scheduled range, classroom and gym/mat room times and handle approximately 12-14 trainees per session. The facilities will be needed on various days every month, between 8 AM - 5 PM, Monday through Friday, 64 days per trimester for a total of 192 days per year. CBP will schedule range, classroom and gym/mat room a minimum of 30 days in advance. Facility SHALL include: •Ø Tactical Range : Shall consist of at least 12 lanes and must be a minimum of 25 yards in length to accommodate shooters using 9mm and.40 cal pistol and 12 gauge shotguns. The specific range shall be closed to the general public while in use by the CBP Officers, but other areas may remain open. The range shall be capable of simulating daylight to allow for night shooting. It shall include a PA system for shooters to clearly hear range commands down range at the farthest point. •Ø Classroom/Mat Room Facility: Shall accommodate 12-14 trainees. •Ø Free on-site parking for a minimum of 30 vehicles. •Ø Storage space for three 28ft containers. The work address for the CBP officers obtaining this service is: U.S. Customs and Border Protection 11099 South La Cienega Blvd. Los Angeles, CA 90045 **** Note: The facility shall be located within a 30-mile radius of this address. A Contracting Officer's Technical Representative (COTR) will be appointed to monitor contractor performance and coordinate technical administrative matters with the Contracting Officer. In those areas that do not have a COTR, a technically qualified officer will have oversight of the range contract. The COTR or technically qualified officer will conduct a semi-annual review and provide a brief report to the Contracting Officer after each review. The COTR for the requirement will be determined at time of award. 4.0 PERIOD OF PERFORMANCE Base Year: October 1, 2010 - September 31, 2011 Option Year 1: October 1, 2011 - September 31, 2012 Option Year 2: October 1, 2012 - September 31, 2013 Option Year 3: October 1, 2013 - September 31, 2014 Option Year 4: October 1, 2014 - September 31, 2015 5.0 INVOICE The contractor shall submit an invoice to the COTR for billing contact for approval at the end of each month. The following information should be included on each invoice: •· vendor name and address •· contract number •· invoice number •· period of service daily range rate •· total for all service CCR : Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. EVALUATION AND AWARD : Award. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. Technical factors are significantly more important than cost or price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then cost or price could become primary. CBP will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. CBP's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the lowest priced, technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror's technical solution is evaluated. PROVISIONS and CLAUSES : The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. 52.232-18 Availability of Funds. --Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Responses to this notice must be sent via email to: Karen.Petty@dhs.gov. No phone calls will be accepted. QUESTIONS DEADLINE : All questions are to be submitted via email directly to Karen.petty@dhs.gov no later than Wednesday, June 23, 2010, by 2:00 pm Eastern Standard Time (EST). REQUIRED RESPONSE DATE : Quotes must be received by 2:00 pm, Eastern Time (EST) on Tuesday, June 29, 2010. Quotes shall be submitted via email directly to Karen.petty@dhs.gov. An official authorized to bind your company shall sign the quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/DHS-10-20056369/listing.html)
- Record
- SN02193248-W 20100702/100630235440-7d1e373861d5cf9531eeea3199f30412 (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 |