Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

U -- Firing Range Usage

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N61339-07-R-0076
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Solicitation N61339-07-R-0076 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-18. The NAICS Code for this solicitation is 611699. The following items are required: The US Government is requesting a quote for the use of a small arms weapons firing range to augment the live fire module of the Non Compliant Boarding, Visit Board Search and Seizure (NCB-VBSS) training course located in San Diego, California. The offeror will be responsible for providing a range in the San Diego, CA, Fleet Concentration Area (FCA) that must be able to accommodate lateral (side to side) movements while firing. The range must be able to accommodate transition drills (quick transition from rifle to pistol). The offeror must have at least a 25 meter range that can accommodate these movements and must be able to accommodate up to 24 military students. This request is for the use of a weapons firing range only. All instructors, safety personnel, targets, weapons and ammunition will be Government provided. Range requirements: 1. Capability to accommodate 15-24 students firing 9mm and 5.56mm ammunition (M9 9mm pistol and the MK18 CQBR system chambered in 5.56mm) 2. Accommodate shooting distances from 3 thru 25 meters 3. Ability to conduct static and dynamic shooting drills (quick transition and lateral movements) 4. Safe, well maintained live fire ranges and trash receptacles for consumable items and expended brass. 5. Ability to meet Government?s projected number of convening?s with at least 10 business days notice of convening start date. 6. The range location must be within 50 commuter miles from the San Diego Navy Base location. Scheduling: 1. Projected 29 convening?s in FY08 (October 2007 thru September 2008) 2. 2.5 days of shooting per class convening 3. Require the scheduled range to be available on the assigned dates from 0700-1600 4. No night live fire requirements. Past Performance: Offerors are required to submit past performance information, to include contract number, description of product or service, customer point of contact information, period of performance and value. Price: The DPAS rating for this solicitation is N/A. Offerors must submit a quote identifying prices for 2.5 days of shooting per class convening. Rates for half day and daily range use shall also be included and may be used in case more range time is needed. The resulting contract shall be awarded in the form of a Requirements Purchase Order (RPO) and awarded on a lowest price technically acceptable basis. Technical acceptability will be based on the offeror?s communicated ability to meet the Technical and scheduling requirements, as well as demonstrating a satisfactory past performance. The government reserves the right to validate an offerer?s technical acceptability. Total evaluated price will be based on the total summation for the projected 29 convening?s at the 2.5 day rate identified in the quote for each of the (5) five years, consisting of one (1) year base and four (4) one (1) year options. Delivery dates for the base year begins 01 October 2007 thru 30 September 2008. Acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-3, 52.212-4, 52.212-5, 252.2121-7001. The following subparagraphs of FAR 52.212-5(b) apply: (11), (12), (13), (14), (15), (16), and (24). The following clauses of DFARS 252.212-7001(b) and (c) apply: 252.225-7036. A completed copy of the following must be included with the quote: FAR 52.212-3, DFARS 252.212-7000 and DFARS 252.225-7035. The following clauses also apply: DFARS 252.204-7004, ?Required Central Contractor Registration.? Payment will be made through WAWF: FAR 252.232-7003, 5252.232-9513. For purposes of FAR 52.212-2(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: (I) Technical capability of the price offered to meet the Government requirement; (II) Price and (III) Past Performance. Technical acceptability is based on the range requirements, scheduling, and past performance areas described above. Award shall be made on a lowest price technically acceptable basis. The period of performance will be for (5) five years (from month of award) consisting of (1) one year base and (4) four (1) one year options. The Offeror shall identify the projected cost escalation over five years from year 2007 through 2012. DFARs 252.204-7004 required Central Contractor Registration, and FAR/DFARS clauses can be located at the following site: http://www.arnet.gov/far. Quote is due at 1:00 PM EST on 27 August 2007 and may be made via FAX to (407)380-8453 (Attn: Annette Cosby) or email to annette.cosby@navy.mil. For information regarding this solicitation, contact Annette Cosby at (407)380-4027.
 
Place of Performance
Address: San Diego, CA
Zip Code: 92123
Country: UNITED STATES
 
Record
SN01373926-W 20070817/070815222527 (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.