Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
MODIFICATION

99 -- Cincinnati/Northern Kentucky Range Requirment

Notice Date
10/20/2005
 
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-06-R-0010
 
Response Due
10/28/2005
 
Archive Date
11/11/2005
 
Description
NOTE: IN REFERENCE TO THE OPERATIONAL TURNING TARGET SYSTEM. THIS AMENDMENT IS ISSUED TO CLARIFY THE REQUIREMENT FOR A OPERATIONAL TARGET SYSTEM. SUCH A SYSTEM IS PREFERRED, BUT NOT REQUIRED, OFFERORS MAY SUBMIT A PROPOSAL WITH OR WITHOUT THIS FEATURE. ADDITIONALLY, OFFERORS MAY SUBMIT TWO PROPOSALS, WITH THE ONLY DIFFERENCE BETWEEN THE 2 PROPOSALS BEING THE EXISTENCE OF A OPERATIONAL TARGET SYSTEM. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR REIMBURSING A RANGE TO INSTALL A REVOLVING/OPERATIONAL TARGET SYSTEM. CONTRACTORS SHALL MAKE AN AFFIRMATIVE STATEMENT WITHIN THEIR PROPOSAL AS TO WHETHER OR NOT IT INCLUDES OR DOES NOT INCLUDE PROVISION OF AN OPERATIONAL REVOLVING TARGET SYSTEM. THE GOVERNMENT HAS COMPLE DISCRETION AS TO DETERMINING THE BEST SOLUTION FOR THIS REQUIREMENT TO INCLUDE DECIDING WHETHER OR NOT TO SELECT A PROPOSAL WITH A TARGETING SYSTEM. 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-00032, which is issued as a Request For Proposal (RFP). This requirement will be an unrestricted acquisition. The proposed contract will be for one (1) base year and four (4) one year options. The North American Industry Classification Code (NAICS) is 611699. Services anticipated to begin on or about January 3, 2006. The Department of Homeland Security (DHS) has a requirement for a firearms range to conduct mandatory quarterly qualifications and other firearms training. The range shall be within a 30 minute commute of the Cincinnati/Northern Kentucky International Airport. The 30 minute commute will be assessed in consideration of prime, rush hour traffic in both the morning and late afternoon/early evening. The proposed range must meet the following standards to qualify for consideration: The range time must be available exclusively to the Department of Homeland Security (DHS) during the hours indicated. The range must be closed to the public during the corresponding hours and the hours for use should be scheduled . The range may be indoor or outdoor. The range must possess a minimum of 10 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 must possess moveable barricades for the 25- and 15-yard line courses 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 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 womens restroom facilities with running water located near the range facilities for DHS use. The range shall provide adequate parking to accommodate 15 vehicles and coincide with the location of cited above (30 minute commute of the Cincinnati/Northern Kentucky Airport). The range must possess an on-site classroom facility with chalkboard or marker board to accommodate 10 (ten) students. The range must be able to accommodate the following calibers: 9mm, .40, and .357 (may be frangible) caliber ammunition. The range rules must allow movement between firing points and will not restrict movement-oriented firearms training by students (i.e. standing to kneeling transitions.). The range rules will 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). Indoor ranges must possess air conditioning, heating, and an approved ventilation system that conforms to existing OSHA standards. DHS personnel will use the range an average of 8 days per month with usage of 6 hours per day (equating to 48 hours per month). The estimated number of rounds fired is 350,000 per year. The range must be closed or concealed from the public during the corresponding hours. Under this contract, DHS requires exclusive use of the range in four hour blocks from 0800 to 1800 hours, and blocks in the evening for night/low shooting. This does not include weekends or holidays, however, there are may occasionally be circumstances wherein a day of the 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 proposed contract will be for one (1) base year and four (4) one ?year options. Offerors shall submit pricing for all range requirements.: If range is outdoors, an inclement weather covering will be required nine months after award ensuring a dry shooting environment when it rains. Offeror shall submit prices for months one through nine without an inclement weather covering. Awardee must ensure the inclement weather covering is available by the beginning month 10 and pricing shall be submitted for months ten, eleven and twelve inclusive (of inclement weather covering). Option year prices for terms one, two, three and four must be inclusive of the inclement weather covering requirements. PLEASE READ THE NOTE AT THE BEGINNING OF THIS DESCRIPTION FOR CLARIFICATION OF THE OPERATION TURNING TARGET SYSTEM. For indoor or outdoor range, an operational turning target system which turns targets in less than one second will be required nine months after award. Offeror shall submit prices for months one though nine without operational turning target system. Awardee must ensure an operational turning target system will be available by the beginning of month 10 and pricing shall be submitted for months ten, eleven and twelve inclusive (of operational turning target system). Option year prices for terms one, two, three and four must be inclusive of an operational turning target system. Billing will be invoiced on a monthly basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 (July 8, 2005). 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 applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999). At a minimum, offerors? proposals shall include the following sections: Qualification Statement, Past Performance references, and Price. Evaluation factors include the following: (a) Technical Factors (1) Qualifications ? Offerors 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) meet 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 four (4) one year options. Pricing shall be submitted on either an hourly basis or a per day basis. All evaluation factors, when combined, are more important than price. The Government will award resulting from this solicitation to the responsible offeror 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. Offerors must include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certification--Commercial Items with its offer or they will be considered non-responsive. 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 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. Invoicing will be permitted to once a month in accordance with Clause 52.212-4 which will be incorporated into the resulting contract. Questions concerning this combined synopsis/solicitation must be furnished in writing or by email to Doretta.Chiarlone@secureskies.net or at fax number (609)813-3446. Your questions must be mailed or faxed in sufficient time to be received by the Contract Specialist on or before 12:00 (NOON) p.m., EST, October 28, 2005. The date and time for the submission of proposals is 12:00 p.m., EST, October 28, 2005 Proposals shall be signed, shall reference the RFP Number HSCEAM-06-R-00010, and shall be sent to the attention of Doretta Chiarlone, Contract Specialist, William J. Hughes Technical Center, Building 202, Atlantic City International Airport, New Jersey, 08405. Proposals will be accepted via fax or e-mail provided they are received by the time and date established for receipt of proposals. Faxed proposals may be sent to Ms. Chiarlone @ (609)813-3446.
 
Place of Performance
Address: stated above
Zip Code: 08405
Country: usa
 
Record
SN00918259-W 20051022/051020211518 (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.