SOLICITATION NOTICE
G -- Shooting Range and Classroom Facility Use
- Notice Date
- 11/21/2019 12:30:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- 70Z02320QQCO00100
- Response Due
- 12/9/2019 9:00:00 AM
- Archive Date
- 12/24/2019
- Point of Contact
- Wendy M Stevenson, Phone: 2024753214, Fax: 2024753905
- E-Mail Address
-
wendy.stevenson@uscg.mil
(wendy.stevenson@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12 / 13, 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 is a Firm Fixed Price requirement. This is Request for Quotation (RFQ) 70Z02320QQCO00100. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular Federal Acquisition Circular 2020-01. This a total small business set aside with no specific socioeconomic status under North American Industry Classification System (NAICS) code 713990, All Other Amusement and Recreation Industries - Archery or shooting ranges with a corresponding Small Business size standard of $8 million. PSC G003. Only small businesses shall be considered under this solicitation. The following is a list of contract line item numbers, quantities and units of issue: CLIN 00001: Period of Performance: January 7, 2020 through August 27, 2020 CLIN Description: To provide shooting range facility use for Precision Marksman Course/Work-ups In Accordance With (IAW) Statement of Objectives - (SOO) Paragraph (1) Unit: each Quantity: 9 days CLIN 00002: Period of Performance: January 7, 2020 through August 27, 2020 CLIN Description: To provide shooting range facility use for Precision Marksman Instructor Sustainment course In Accordance With (IAW) Statement of Objectives - (SOO) Paragraph (2) Unit: each Quantity: 9 days CLIN 00003: Period of Performance: January 7, 2020 through August 27, 2020 CLIN Description: To provide shooting range use and classroom facility for Precision Marksman Courses (Course 20-02 & 20-03) IAW SOO (3). Unit: each Quantity: 40 days total CLIN 00003: Period of Performance: January 7, 2020 through August 27, 2020 CLIN Description: To provide shooting range use and classroom facility for Precision Marksman Instructor Course IAW SOO (4) Unit: each Quantity: 18 days The United States Coast Guard (USCG) Special Missions Training Center (SMTC) requires shooting range and classroom facility use to conduct Precision Marksman (PM) training IAW attached SOO and attached terms and conditions. The primary place of performance will be at the contractor’s facilities located within 250 miles of USCG Special Missions Training Center BB-329 Courthouse Bay Camp Lejeune, NC 28542. All offerors must include a completed copy of the FAR Provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. If the offeror has not filled out electronic Representations and Certifications in SAM, a completed copy of this provision shall be returned with the quote; otherwise, the version current in SAM shall be utilized. Please submit your quote in full via email to the attention of Wendy Stevenson at wendy.stevenson@uscg.mil, on or before 12:00 p.m. EST, on 12/09/2019. There will be no exceptions to the time and date on which responses are due, unless extended by the Contracting Officer via solicitation amendment. The data in your proposal should be compatible with Microsoft Office Suite 2016 and/or Adobe Acrobat. Due to the Coast Guard email limitations, proposals shall not be more than 5 megabytes in total. Compressed zipped files will not be accepted. When responding, please include the title “70Z02320QQCO00100” in the subject line of the email. Use the attached Pricing Worksheet to submit with your pricing. Any questions or concerns regarding any aspect of this RFQ shall be forwarded to the Contract Specialist, Wendy Stevenson, via e-mail at wendy.stevenson@uscg.mil before 8:00 a.m. EST, on 12/02/2019, so that they can be addressed prior to the submission of quotations. Offerors are strongly encouraged to ask questions and convey their exceptions to the requirements during this time. The Government desires to alleviate concerns during the RFQ phase so that no assumptions or exceptions will be present in any Proposals. Basis for Award: This is a lowest priced technically acceptable competition. The Government will select the lowest priced Offeror and evaluate that for technical acceptability. If it is found to be technically acceptable, no other offers will be evaluated. If the lowest-priced offer is found to be technically unacceptable, the Government will evaluate the second-lowest priced offer…etc. In this way, it is possible that not all quotes submitted will be evaluated. The Government reserves the right not enter into clarifications sessions with the Offeror being evaluated. The USCG shall also examine Offerors for a determination of responsibility. This may be performed by utilizing the CPARS/PPIRS systems, and other reasonable methods of determining responsibility. Contractors who cannot be determined to be responsible may not be eligible for award. It is DHS policy that determination of a fair and reasonable price should be based on adequate price competition. However, in the event only one responsible Offeror is obtained as a result of this solicitation, that Offeror may be required to submit Data Other than Certified Cost or Pricing Data, if the Government asks for it. If Data Other than Certified Cost or Pricing Data is not provided, the Government reserves the right to not award to that Offeror. Quote Contents: The Government will evaluate the submitted quote using a lowest-priced technically acceptable method,as follows:Technical Acceptability: The Government shall select the lowest priced offeror and evaluate that for technical acceptability. If it is found to be technically acceptable no other offers shall be evaluated. If the lowest-priced offer is found to be technically unacceptable, the Government shall evaluate the second-lowest priced offer…etc. In this way it is possible that not all quotes submitted shall be evaluated.Technical acceptability shall be determined by examining the quoted materials to ensure that the Contractor can provide shooting range and classroom facilities as described in the attached Statement of Objectives (SOO) for SMTC located within 250 miles of Camp Lejeune. The USCG reserves wide discretion on determining technical acceptability.Therefore, in order to determine whether your company is technically acceptable, your quote shall have to include additional information (such as any other documentation your company feels will be helpful in ensuring they are technical acceptable). Responsibility Determination: In order to be considered acceptable, your company must be listed in the System for Award Management (www.sam.gov). Those who provide quotes but are not listed in the System for Award Management shall be considered technically unacceptable and not eligible for award. Please provide your DUNS number in your quote so the Government can confirm your entry in the System for Award Management (as well as other systems [if used, as this shall be optional by the discretion of the Government] such as CPARS to check responsibility). If your company cannot be determined to be responsible then you may not be eligible for award. Price: The Government will evaluate the total overall price to determine price fairness and reasonableness. Please submit your pricing using the Pricing Worksheet.The USCG does NOT plan on sending out unsuccessful Offeror letters at this time for this procurement. If your company would like to be informed this information, please provide it in the body of the email in the text. Otherwise, the USCG does not plan on sending out unsuccessful Offeror letters. ATTACHMENTS: Statement of Objectives (SOO) Clauses and Provisions Pricing Worksheet
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/01a26fcbe4ef4184b94ca2ee1bde7aa3/view)
- Place of Performance
- Address: 90482, NC, USA
- Country: USA
- Country: USA
- Record
- SN05500435-F 20191123/191122081737 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |