SOLICITATION NOTICE
99 -- Firing Range Service - Atlanta, GA
- Notice Date
- 7/16/2014
- 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-00051
- 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
- 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 proposal. Please reference solicitation number HSTS07-14-R-00051 on all correspondence. This solicitation is being issued as Total Small Business Set Aside. The North American Industry Classification System (NAICS) is 611699. This combined solicitation/synopsis is for the purchase of range services on an established/existing range in accordance with the following requirements. Services anticipated August 2014. The Department of Homeland Security (DHS) has a requirement for a firearms range to conduct mandatory quarterly qualifications and other firearms training. NOTE: THE RANGE MUST BE AN ESTABLISHED RANGE; THIS IS NOT A REQUEST TO BUILD A RANGE. The range shall be within a 30 mile radius of the Atlanta International Airport. The proposed range must meet the following standards to qualify for consideration: DHS will provide all ammunition, targets, and firearms, and certified firearms instructors. The range time must be available exclusively to the Department of Homeland Security (DHS) during the hours indicated below. The range must be closed to the public during the corresponding hours and the hours for use should be scheduled. The range should be indoor, must possess a minimum of 20 firing points, and must be able to accommodate a qualification course distance minimum of 1.5 yards and a maximum of 25 yards. The range shall provide barricades, or allow the storage of 20 agency provided barricades. The range shall possess adequate exterior lighting in both public and work areas. The range shall possess drinking fountains located near the range facilities for DHS use. The range shall be equipped with men and women's restroom facilities with running water located near the range facilities for DHS use. The range shall provide sufficient trash receptacles for used targets, target backings, and empty ammunition boxes. DHS personnel shall be responsible for collection and removal of used brass cartridges. The range shall provide adequate on-site parking to accommodate 30 vehicles. The range must possess an on-site classroom facility with chalkboard or dry erase board, computer, and overhead projector and seating to accommodate 30 students. The range must be able to accommodate the following: 9mm,.40,.357 caliber ammunition. The range must allow movement between firing points and shall not restrict movement-oriented firearms training by students (i.e. standing to kneeling transitions). The range rules shall allow shooters 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, (i.e. tactical move and shoot type drills where instructor/student ratio would be too restrictive). DHS personnel will use the range utilizing approximately 300,000 rounds to be shot during requirement timeframe. The proposal set forth shall price 44 training days per year. Pricing shall be submitted on a daily basis. The contractor will be paid per the actual number of days used. This range must be closed or concealed from the public during the corresponding hours. Under this contract, DHS requires exclusive use of at least a portion of the range from 0800-1500 hours. This does not include weekends or federal holidays. 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. Price Factors Offeror shall provide pricing to cover the number of days cited. There are no options. The period of performance will be from date of award through June 30, 2015. Pricing shall be submitted on a daily basis as follows: 44 days X _____________________(Daily Rate) = ____________________________ (Total requirement) 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 offeror's proposal, conforming to the solicitation, is low price technically acceptable. 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 proposal. 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. 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: 52-215-1 (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 52.204-7 System for Award Management (Jul 2013) 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) 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), 52.222-54 Employment Eligibility Verification (Aug 2013) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.225-1 "Buy American Act-Supplies," 52.225-2 "Buy American Act-Certificate," 52.225-5 "Trade Agreements," 52.225-6 "Trade Agreements Certificate," 52.225-9 "Buy American Act-Construction Materials," 52.225-10 "Notice of Buy American Act Requirement-Construction Materials," 52.225-11 "Buy American Act-Construction Materials under Trade Agreements," and FAR 52.225-12 "Notice of Buy American Act Requirement-Construction Materials under Trade Agreements" 52.232-18 Availability of Funds (Apr 1984) 52.232-19 Availability of Funds for the next Fiscal Year 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-38 Submission of Electronic Funds Information with Offer (Jul 2013) 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 Raymond.P.Widmann@ole.tsa.dhs.gov or Doretta.F.Chiarlone@ole.tsa.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 Wednesday, July 30, 2014 at 10:00 am Eastern Standard Time and shall be emailed to Doretta.F.Chiarlone@ole.tsa.dhs.gov or faxed to 609-813-3394.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-14-R-00051/listing.html)
- Place of Performance
- Address: See above, Atlanta, United States
- Record
- SN03427931-W 20140718/140716235714-b4d28515c01287a362504b09263a6513 (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 |