Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOLICITATION NOTICE

99 -- Firing Range for New York Area

Notice Date
2/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
 
ZIP Code
08405
 
Solicitation Number
HSCEAM-06-R00024
 
Response Due
3/24/2006
 
Archive Date
3/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with TSA Transportation Security Administration Acquisition Management System (TSAAMS) 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-06-R-00024, which is issued as a Request for Proposal (RFP). This requirement will be a small business set aside 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 June 1, 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 20-mile radius of the New York LaGuardia Airport. Furthermore, the range must be in a location that can be accessed by vehicle from the New York Field Office without crossing a bridge and/or incurring a toll. The proposed range must meet the following standards to qualify for consideration: DHS will provide all AMMUNITION, TARGETS and FIREARMS INSTRUCTORS. 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 must be indoor, must possess a minimum of 15 firing points and must be able to accommodate a qualification course distance minimum of 1.5 yards and maximum of 25 yards. The range shall possess adequate exterior lighting in both public and work areas. The range shall be equipped with separate male and separate female restroom facilities indoor with running water located near the range facilities for DHS use. Although not mandatory, the indoor range may possess an on-site facility to accommodate approximately 24 students for briefing purposes. The range must be able to accommodate the following: 9mm, .40, and .357 caliber ammunition. The range rules must allow movement between firing points and shall not restrict movement-oriented firearms training by students (e.g. standing to kneeling transitions). The range rules must allow shooters to draw and fire from the holster and from concealment. The range rules cannot disallow a student from moving in front of the firing points with an instructor present, such as tactical move and shoot drills. The range backstop/bullet trap must be maintained to provide a safe shooting environment. All equipment associated with the indoor range must be in good working order and functional during course of fire (ie., pulleys, target system, lighting, etc.) The range shall provide sufficient trash receptacles for used targets, target backers, and empty ammunition boxes. The range must possess some type of public address system available during firearms training. This indoor range must possess air conditioning, heating, and an approved ventilation system that conforms to existing OSHA regulations. DHS personnel will use the range an average of 20 days per quarter. The estimated number of rounds fired per year is 350,000. The range must be closed to the public during the corresponding hours. Under this contract, DHS requires exclusive use of the range in eight (8) hour blocks from 0800 to 1700 hours. This does not include weekends and Federal holidays. The proposed contract will be for one (1) base year and four (4) one-year options. Offerors shall submit pricing for all range requirements. Pricing must be quoted on a daily basis for aforementioned 20 days per quarter (8 hours per day). Pricing for the base year and 4 term option years must be submitted. Invoice shall be submitted only once a month. The solicitation document and incorporated provisions and clauses are those in effect through the following provisions in TSA Acquisition Management Systems (TSAMMS). The following provisions 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 http://www.tsa.gov/public/display?theme=84&content=090005198001349. The provisions of 3.2.2.5-1 Instructions to Offerors ?Commercial Items (August 2002) and the clauses 3.2.2.5-4 Contract Terms and Conditions-Commercial Items (February 2003) and 3.2.2.5-2 Evaluation-Commercial Items (August 2002) apply to this acquisition. At a minimum, offerors? proposals shall include the following sections: Qualification Statement, Past Performance reference, 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 two (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) Pricing 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 evaluations 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: www.ccr.gov. Offerors must include a completed copy of TSA Acquisition Management System (TSAAMS) Provisions at 3.2.2.5-3 Offeror Representations and Certifications-Commercial Items (February 2003). Note: For a copy of this provision, please contact Doretta Chiarlone, Contract Specialist @609-813-3409). Clause 3.2.2.5-5 Commercial Items-Contract Terms & Conditions Required to Implement Statutes or Executive Orders (August 2002) is hereby incorporated by Reference; the following subparagraphs are applicable: (13) Equal Opportunity for Special Disabled Veterans, (16) Child Labor-Cooperation with Authorities and Remedies and (24) Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses are also included by reference: 3.6.2-2 Convict Labor (April 1996), 3.6.2-5 Prohibition of Segregated Facilities (February 2003), 3.6.2-9 Equal Opportunity (August 1998), 3.6.2-13 Affirmative Action for Workers with Disabilities (April 2000), 3.6.2-14 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (January 1998), 3.2.4-35 Option to Extend the Term of the Contract (February 2003)(should Government exercise option years)(Note: fill ins are 15 days and 5 years). Contractors are reminded that in accordance with subparagraph (p) (February 2003), ?Other Compliances? contained within 3.2.2.5-4 , the successful contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract. 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 without prior written approval from the Contracting Officer. Invoicing will be permitted to once a month and should be submitted in accordance with applicable provisions of Clause 3.2.2.5-4 which has been incorporated by reference herein. Questions concerning this combined synopsis/solicitation must be furnished in writing or by e-mail to: Doretta.F.Chiarlone@secureskies.net or at fax number (609) 813-3446. Your questions must be in writing and be e-mailed or faxed in sufficient time to be received by the Contract Specialist on or before FRIDAY, MARCH 24, 2006, 3:00 PM EASTERN STANDARD TIME. The date and time for the submission of proposals is Friday, February 24, 2006, 300 PM EASTERN STANDARD TIME. Proposals shall be in writing and be signed, shall reference the RFP Number HSCEAM-06-R-00024, and shall be sent to the attention of Doretta Chiarlone, Contract Specialist, William J. Hughes Technical Center, Bldg 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. E-mailed proposals can be e-mailed to Doretta.F.Chiarlone@secureskies.net
 
Place of Performance
Address: 20 mile radius of the NY LaGuardia Airport as stated above
Zip Code: 08405
Country: USA
 
Record
SN00993938-W 20060226/060224211614 (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.