SOLICITATION NOTICE
99 -- Firing Range Service - Edina, Minnesota
- Notice Date
- 2/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS07-14-R-00012
- Point of Contact
- Doretta F. Chiarlone, Phone: 609-813-3363, Raymond P Widmann, Phone: 609-813-3375
- E-Mail Address
-
Doretta.f.chiarlone@ole.tsa.dhs.gov, raymond.p.widmann@ole.tsa.dhs.gov
(Doretta.f.chiarlone@ole.tsa.dhs.gov, raymond.p.widmann@ole.tsa.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined solicitation/synopsis 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 HSTS07-14-R-00012 which is issued as a Request for Proposal (RFP). This requirement is unrestricted. The North American Industry Classification Code (NAICS) is 611699. The proposed contract will be for one (1) base year and four (4) one year options. Services anticipated to begin April 2014. The Department of Homeland Security (DHS) has a requirement for a firing range to conduct mandatory quarterly qualifications and other firearms training. The range must be within a two radius of the intersection of Interstate 494 miles and U.S. Highway 169 located in Edina, Minnesota. The range must be established range. This RFP is not a request to build a range. The proposed range must meet various standards to qualify. The contractor must make the range available exclusively to DHS; it must be closed to the public during the corresponding hours, and designated training staff must be granted 24-hour unimpeded access to the range facilities. Because of the unique weather patterns specific to Minnesota, the range may be indoors or outdoors during the summer months and exclusively indoors during the winter, early spring and late fall months. The range must possess a minimum of five (5) firing points. 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 a public address system available during firearms training. The range must possess movable barricades for the 25-yard and 15-yard course of fire. The range must possess some type of classroom facility with chalkboard or maker board. The range must be able to accommodate all handgun calibers. The range must have reduced-light or no-light firing capabilities. The range rules cannot disallow movement between firing points or restrict movement-oriented firearms training firing points by students (i.e. standing to kneeling transitions). The range cannot disallow students from drawing and firing from the holster. 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 where instructor/student ratio would be too restrictive). The range cannot disallow the shooting of DHS/TSA/FAMS approved steel targets, provided frangible ammunition is used and the shooter is at least 15 yards away from the steel targets. The range rules must allow shooters to utilize weapons on fully automatic fire drills. The range must possess a storage area dedicated to DHS use that would allow storage of up to 5000 rounds of ammunition and 150 cardboard target backers. Indoor ranges must possess a ventilation system that conforms to existing OSHA standards. The range must have a dedicated weapon cleaning room and suitable waste disposal bins/equipment available for use by DHS employees. The range must have means to discard expended cartridges. The estimated days of range usage are 260 per year at approximately four (4) hours per day. The estimated number of rounds fired per quarter is 60,000 rounds. TE 4 Pricing must be submitted on a monthly basis. Proposed Site Inspection As part of the proposal evaluation process, TSA 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 (July 2013) and the clause at FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2013) 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 4 hour blocks. 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 System for Award Management at https://www.sam.gov (formally ccr) prior to contract award. 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. 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 must be quoted on a 4 hour block basis. Pricing for the base year and 4 term option years must be submitted as follows: Base Year and Four Options: (Note: Actual date will be implemented on award document) Base Year : April 2014 - April 2015 Rental of storage unit for Year _____________ Price per month _______________ X 12 months = _____________ Total Price for Year _____________ Option Year One: April 2015 -April 2016 Rental of storage unit for Year _____________ Price per month _______________ X 12 months = _____________ Total Price for Year _____________ Option Year Two: April 2016 - April 2017 Rental of storage unit for Year _____________ Price per month _______________ X 12 months = _____________ Total Price for Year _____________ Option Year Three: Rental of storage unit for Year _____________ Price per month _______________ X 12 months = _____________ Total Price for Year _____________ Option Year Four: Rental of storage unit for Year _____________ Price per month _______________ X 12 months = _____________ Total Price for Year _____________ Offerors are reminded to submit pricing for all years. A proposal submitted without pricing for a base and four one year term options will be considered technically non-responsive and may be removed from consideration for award. Contractors will be permitted to bill on a monthly basis for hours used during the month. Invoice to be submitted only once a month. 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. To be eligible for award, the offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2013), 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. 52-215-1 (4) Instructions to Offerors - Competitive Acquisition The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 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 52.217-5 Evaluation of Options (July 1990) 52.204-7 Central Contractor Registration (Apr 2008) now SAM - System for Award Management https://www.sam.gov 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.232-18 Availability of Funds (Apr 1984) 52.232-19 Availability of Funds for the next Fiscal Year 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) now System for Award Management - SAM www.sam,gov 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) 52,222-54, Employment Eligibility Verification 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.F.Chiarlone@ole.tsa.dhs.gov no later than 2 calendar days before the close of the Request for Proposal. The date and time for the submission of proposal is March 6, 2014 at 10:00am Eastern Standard Time and shall be emailed to Doretta.F.Chiarlone@ole.tsa.dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-14-R-00012/listing.html)
- Place of Performance
- Address: See Below, Edina, Minnesota, 55439, United States
- Zip Code: 55439
- Zip Code: 55439
- Record
- SN03282964-W 20140208/140206235054-681a9541e7bb7e9d00189fb50f2d789e (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 |