Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
MODIFICATION

69 -- Long Range Shooting Range Land Use

Notice Date
2/14/2007
 
Notice Type
Modification
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-07-R-0009
 
Response Due
2/16/2007
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO MODIFY THE FIRST SENTENCE OF PARAGRAPH 1 TO READ AS FOLLOWS: "CONTRACTOR SHALL PROVIDE EXCLUSIVE USE OF 17,000 ACRES OF RANGE LAND AND RIFLE RANGE FACILITIES, AS REQUIRED, THROUGH ISSUANCE OF INDIVIDUAL DELIVERY ORDERS, FOR TRAINING PURPOSES OF GOVERNMENT PERSONNEL". This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in 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. This solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-07-R-0009 as an Indefinite Delivery Indefinite Quantity (IDIQ) Requirements Type contract with Fixed Unit Prices for a nine (9) month period commencing 15 January 2007 through 30 September 2007. Section B Schedule of Supplies/Services CLIN 0001 Long Range Shooting Range Land Usage 5 Weeks Minimum number of weeks is 2 weeks Maximum number of weeks is 5 weeks Section C Descriptions and Specifications Statement of Work Contract: Contractor: Job Title: Long Range Shooting Range Land Usage Period of Performance: 15 January 2007 through 30 September 2007 Place of Performance: Contractor Facility Description: 1. Contractor shall provide exclusive use of 13,000 acres of range land and rifle range facilities, as required, through issuance of individual delivery orders, for training purposes of Government personnel. It is estimated that exclusive usage of range land and rifle range facilities will required with a minimum of two (2) weeks and a maximum of five (5) weeks, one week per usage at forty-hours an interval during the period of performance of this contract. 2. Range Land shall be used for the following purposes: a. Unlimited all-terrain vehicle (ATV) and dirt bike training trails and hills b. Navigation training 3. Rifle range facilities shall be used for the following purposes: a. 360 degree shooting of long range steel targets in certain areas available for exclusive use by the government, as required. Specifically, two (2) pistol steel ranges, one (1) 1,500 yard known distance range, and four (4) unknown distance ranges out to 2,000 yards is required. b. Ammunition and equipment testing research and development Government Furnished Material: Transportation while using facility and ammunition. Government personnel will be fully self-supportive excluding range systems and lodging. Contractor Furnished Material: All range targeting systems, on-site lodging up to 12 people (authorization for government lodging to be authorized per issuance of individual government travel orders, when required) Government Point of Contact: a. The Contracting Officer for this contract is Betty Conner. Phone number is (757) 492-7960 extension 2204; fax number is (757) 492-7954; email is elizabeth.conner@vb.socom.mil. b. Technical Point of Contact for this contract is BMCS Philip Dodson. Phone number is (757) 492-7960 extension 2637; email address is philip.dodson@vb.socom.mil. Section E Inspection and Acceptance Supplies/Services will be inspected/accepted by the Government at the Contractor Facility Section G Contract Administration Data Funding to be identified on individual delivery orders Section I Contract Clauses FAR 52.212-1 Instructions to Offerors ? Commercial Items (Sep 2006) FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) (a) The Government will award a contract 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. The following factors shall be used to evaluate offers: The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before the posting date of this combined synopsis/solicitation on FBO. Award will be based on lowest price, technically acceptable proposal. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Nov 2006)(Deviation) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) All responsible sourcess may submit a proposal, which shall be considered by the agency. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 effective 12 December 2006. This procurement is 100% small business set-aside and the associated NAICS code is 611699. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. All communications regarding this procurement, INCLUDING all requests for additional information and proposals, must be in writing and submitted via email to Christine Anderson at christine.anderson@vb.socom.mil or fax to (757) 492-7954. Offers must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 9 January 2007. The Government will make award based on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors herein. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-MAY-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-07-R-0009/listing.html)
 
Place of Performance
Address: Contractor Facility (For System purposes, NSWDG postal code was inserted, however, postal code will be replaced with awardee information)
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01307076-F 20070602/070531223820 (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  © 1994-2020, Loren Data Corp.