Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2004 FBO #1101
MODIFICATION

99 -- Firing Range for Qtrly Qualifications Training-Detroit

Notice Date
11/29/2004
 
Notice Type
Modification
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Contracts & Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
 
ZIP Code
08405
 
Solicitation Number
HSCEAM-05-R-00009
 
Response Due
12/13/2004
 
Archive Date
12/28/2004
 
Point of Contact
Nancy Ballay, Contracting Officer, Phone 609-813-3413, Fax 609-813-3446,
 
E-Mail Address
nancy.ballay@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement has been amended tro provide clarification to the --Hold Harmless clause-- referenced in the description, paragraph 3. DHS employees shall not be required to sign --Hold Harmless clauses-- to use the facilities. This is a combined synopsis/solicitation 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 HSCEAM-05-R-00009, which is issued as a Request For Proposal (RFP). This requirement is a small business set-aside. The North American Industry Classification Code (NAICS) is 611699 and the small business size standard is $6.0 million. 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 in located in close proximity to a major trauma facility and within an hour drive to Romulus, Michigan. The proposed ranges must meet various standards to qualify. The range must be closed to the public or shall provide privacy from public view during the corresponding hours. The range must be indoors. The range must possess a minimum of ten (10) lanes. The range must be at least 25 yards in length. The range must possess moveable barricades for the 25- and 15-yard line course of fire. The range must possess a public address system. The range must have targets, which simultaneously move back and forth as well as rotate. The range must be able to accommodate all handgun calibers as well as frangible ammunition for steel targets. 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 rules cannot disallow students from 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 where instructor/student ratio would be too restrictive). DHS employees will not sign a “Hold Harmless Clause”. The range must possess a storage area dedicated to DHS inspectors/officers. Indoor ranges must possess a ventilation system that conforms to existing OSHA standards. The estimated days of range usage are 24 days per quarter/ at least seven (7) hours per day. The estimated number of rounds fired per quarter is 53,000. The proposed contract will be for (1) one base year and (4) four one-year options. The objective is to acquire one or multiple contractors that can fulfill these requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2004-25. The following provisions in Federal Acquisition Regulation (FAR) apply to this solicitation. 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 provision at FAR 52.212-1, Instructions to Offers--Commercial Items (JAN 2004) and the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003) applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999). As a minimum, Offerors proposals shall include: Qualification Statement, Past Performance references, and Price. The proposals will be evaluated using the following factors: (a) Technical Factors (1) Qualification Statement – Offeror shall confirm in writing that they meet all requirements set forth in the synopsis. However, DHS/ICE reserves the right to visit proposed site(s) to verify that the range(s) meets minimum qualifications. (2) Past Performance History – 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 provided. (b) Price Factors Offerors shall provide pricing to cover a (1) year base period and (4) one year options. The ranges current commercial pricing arrangements ( i.e., pricing per hour, per day, per month, etc.) will be considered in the evaluation of price. All evaluation factors, when combined, are significantly more important than price. The Government reserves the right to determine if more than one contract will be awarded for this requirement. The Government will award a contract or multiple contracts resulting from this solicitation to the responsible offeror (s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made only to contractors who have registered with the Central Contractor Registration. You can register at the CCR website: http//www.ccr.gov. To be eligible for award, offerors must provide a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certification--Commercial Item. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (OCT 2003) applies to this acquisition. The following clauses listed in 52.212-5 (b) and (c) are included by reference: 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). FAR 52.232-38, Submission of Electronic Funds Transfer with offer (OCT 2003). FAR. 217-9, Option to Extend the Term of the Contract (MAR 2000). The date and time for the submission of proposals is 3:00 PM, EST, 13 December 2004. Proposals shall be signed, shall reference the RFP number HSCEAM-05-R-00009, and shall be sent to the attention of Nancy Ballay, Contracts & Procurement Branch, William J. Hughes Technical Center, Building 200, Atlantic City International Airport, New Jersey, 08405. Proposals will be accepted via Email or Fax. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/ICEFAMS/HSCEAM-05-R-00009/listing.html)
 
Record
SN00714206-F 20041201/041129212457 (fbodaily.com)
 
Source
FedBizOpps.gov 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.