Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
MODIFICATION

99 -- 99-Firing Range for Houston Tx

Notice Date
6/23/2005
 
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-00030
 
Response Due
7/1/2005
 
Archive Date
7/16/2005
 
Point of Contact
Doretta Chiarlone, Contract Specialist, Phone 609-813-3409, Fax 609-813-3446, - Nancy Ballay, Contracting Officer, Phone 609-813-3413, Fax 609-813-3446,
 
E-Mail Address
doretta.f.chiarlone@secureskies.net, nancy.ballay@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE: THE CLOSING DATE HAS BEEN EXTENDED TO 3:00 P.M., FRIDAY JULY 1, 2005 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 HSCEAM-05-R-00030, 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 proposed ranges must meet the following standards to qualify for consideration: As set forth in the section entitled, ?Location and Schedule Requirements,? the range must be available exclusively to the Department of Homeland Security (DHS) during the time indicated. The range may be indoors or outdoors and shall possess a minimum of ten (10) firing points with compressor and small generator. An indoor range shall possess air conditioning, heating, and approved ventilation system in conformance with existing OSHA standards. The range shall be able to accommodate a qualification course distance minimum of 1.5 yards and a maximum of 25 yards. There shall be firing lines at the 1.5, 3, 7, 15 and 25 yard lines. The range shall possess moveable barricades for the 15 and 25-yard line course of fire. The barricades shall be constructed of a material that does not deflect or ricochet rounds that inadvertently strike it. (Example: wood) The range should possess a public address system available during firearms training. The range should possess some type of classroom/instructional facility with marking board and/or chalkboard, and seating for a minimum of 25 students. If a classroom is not available, a covered or enclosed area with seating for a minimum of 25 students, free from the elements, must be available for instructional purposes. The range shall possess a secure storage area dedicated exclusively to DHS under the resultant contract. This secure storage area shall be capable of storing at least 5000 rounds of pistol ammunition; 100 cardboard type target backers and targets; a portable stand-up 20-gallon compressor and a 12 position portable turning target system. The range shall be equipped with men and women?s restroom facilities with running water. The range shall possess an area in which to clean weapons. This area shall be equipped with sufficient countertop/tabletop space for multiple users at one time. The range shall provide sufficient trash receptacles for used targets, target backers, and empty ammunition boxes. The range shall be able to accommodate the following calibers: .357 SIG, 9mm Luger, and .40. The range shall possess adequate parking to accommodate a minimum of 15 vehicles. The range rules cannot disallow movement between firing points or restrict movement-oriented firearms at firing points by students (i.e. standing to kneeling transitions). The range rules cannot disallow students from drawing and firing from the holster or from concealment. The ranges 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 student/ instructor ratio would be too restrictive). The range rules shall allow shooters to utilize weapons on fully automatic during drills. The estimated number days for range usage per quarter is 24 days. The estimated number of rounds fired is 175,000 per quarter. ATTACHMENT 1 LOCATION AND SCHEDULE REQUIREMENTS The range must be closed or concealed from the public during the corresponding hours. Under this contract, DHS requires exclusive use of the range from 0800 to 1630 hours, a minimum of 8 days a month with one segment in a block of 5 consecutive days. This does not include weekends or holidays, however, there may occasionally be circumstances wherein a day of a weekend may be needed. Should weather (i.e., rainout) or unforeseen circumstances prevent the use of the range, DHS will have priority in re-scheduling those missed days within the same month if possible, or the following month if not possible. The range shall be within a 75 minute commute of Highway 290 and Beltway 8. The 75-minute commute will be assessed in consideration of prime, rush hour traffic in both the morning and late afternoon/early evening. ATTACHMENT 2 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. The proposed contract will be for (1) base year and (4) four one-year options with services commencing on 1 October 2005. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-02. 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 (JAN 2004) and the clause at FAR.52.212-4, Contract Terms and Conditions?Commercial Items (OCT 2003) 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 these 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 offeror?s 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 a per day basis. Contractors will be permitted to bill on a monthly basis for days worked 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 offeror?s 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 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 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 Vietnam Era, and Other Eligible Veteran?s (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 52.217-9 Option to Extend the Term of the Contract (MAR 2000). 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. The date and time for the submission of proposals is 3:00 PM, EST, June 24, 2005. Proposals shall be signed, shall reference the RFP Number HSCEAM-05-R-XXXXX, and shall be sent to the attention of Doretta Chiarlone, DHS - Contracts & Procurements Branch, William J. Hughes Technical Center, Building 202, Atlantic City, New Jersey, 08405. Proposals will be accepted via mail or fax provided they are received by the time and date established for receipt of proposals. Faxed proposals may be sent to Ms. Chiarlone at (609) 813-3446. Any questions regarding this requirement may be submitted in writing to Ms. Chiarlone via the same fax number.
 
Record
SN00834988-W 20050625/050623220422 (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  © 1994-2020, Loren Data Corp.