Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2015 FBO #4831
SOLICITATION NOTICE

99 -- Firing Range Service - Boston, MA area

Notice Date
2/13/2015
 
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
HSTS07-15-R-00017
 
Point of Contact
Doretta F. Chiarlone, Phone: 609-813-3363, Raymond Widmann, Phone: 609-813-3375
 
E-Mail Address
doretta.chiarlone@tsa.dhs.gov, Raymond.Widmann@tsa.dhs.gov
(doretta.chiarlone@tsa.dhs.gov, Raymond.Widmann@tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 HSTS07-15 -R-00017 on all correspondence. This solicitation is being issued as UNRESTRICTED. 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 Apri1 1, 2015. 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 50 mile radius of the Greater Boston Area. The range may be indoor or outdoor. If the range is indoors, the range shall possess air conditioning, heating, and an approved ventilation system in conformance with existing OSHA standards. If an award is granted and OSHA standards are not in accordance with regulation, the government has the unilateral right to terminate the contract at any time via written signed modification. Standards to Qualify: The proposed ranges must meet various standards to qualify. • 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 will have indoor and outdoor options and provide coverings for all weather shooting conditions. • The range must possess a minimum of 10 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 barricade 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 must be able to accommodate shotgun slug ammunition. • 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. • Estimated number of rounds fired per quarter is 60,000. • DHS will have priority scheduling as long as it is done 30 days in advance. • DHS personnel will use the range an average of 8 days per month, 8 hours each day for 10 point range. Approximately 20,000 rounds are anticipated to be shot per month. The proposals set forth shall price a minimum of 99 days per year (an average of 8 days a month for 12 months). 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 Offerors shall provide pricing to cover a (1) year period only. There are no options. The period of performance will be from date of award through 365 days thereafter. 99 days at INDOOR or OUTDOOR range (please specify) X tiny_mce_marker______________ (daily rate) = __________________ Total price of one year 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 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. 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) 52.222-3 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.Widmann@tsa.dhs.gov or Doretta,Chiarlone@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 Friday, March13, 2015, 10:00 am Eastern Standard Time and shall be emailed to Doretta..Chiarlone@tsa.dhs.gov or faxed to 609-813-3394.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-15-R-00017/listing.html)
 
Place of Performance
Address: See above, Boston, Massachusetts, 02150, United States
Zip Code: 02150
 
Record
SN03642924-W 20150215/150213235245-761e7f710d5d68f0c59cba355455e600 (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.