Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

99 -- FIRING RANGE FOR NEW YORK AREA

Notice Date
7/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
 
ZIP Code
08405
 
Solicitation Number
HSTS07-08-R-00075
 
Point of Contact
Doretta Chiarlone,, Phone: 609-813-3363, Doretta F. Chiarlone,, Phone: 609-813-3363
 
E-Mail Address
Doretta.Chiarlone@dhs.gov, doretta.f.chiarlone@secureskies.net
 
Small Business Set-Aside
N/A
 
Description
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 HSTS07-08-R-00075, which is issued as a Request for Proposal (RFP). This requirement is UNRESTRICTED acquisition. The North American Industry Classification Code (NAICS) is 611699. The proposed contract will be for one (1) base year and four (4) one year options. Services anticipated to begin October 2008. The Department of Homeland Security (DHS) has a requirement for a firearms range to conduct quarterly qualification 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 range must be established range. This RFP is not a request to build a range. 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 must be indoor and possess a minimum of 10-15 firing points and must be able to accommodate a qualification course distance minimum of 1.5 yards and maximum of 25 yards. The indoor range shall possess air conditioning, heating, and approved ventilation system in conformance with existing OSHA standards. The contractor is reminded that in accordance with subparagraph (q) of FAR clause 52.212-4, “Contract Terms and Conditions – Commercial Items,” the contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract for range services. The range must provide 10-15 points of the facility (which must be separated/barricaded) for exclusive use for DHS personnel. The range must provide a separate entrance/exit which will permit DHS personnel to enter/exit to the aforementioned 15 point area without interacting with the general public. DHS requires to reserve to use of the range in 5 to 8 hour blocks. DHS personnel will use the range an average of 20 days per quarter. The estimated number of rounds fired per year is 450,000. The indoor range must possess adequate exterior lighting in both public and work areas. The range must be equipped with separate male and separate female restroom facilities indoor with running water located in 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 not restrict movement-oriented firearms training by students (e.g. standing to kneeling transitions). The range rules shall allow shooters to draw and fire from the holster and from concealment. The range rules may not 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 good working order and functional during courses of fire (i.e., 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 a public address system available during firearms training. 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. 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 (June 2008) and the clause at FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) 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 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 offerors 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 or per hour 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 offerors 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 prior to contract award. 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 (June 2008). To obtain a copy, please email Contracting Officer Doretta.Chiarlone@dhs.gov. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (June 2008) 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 (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006); 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 Veterans (Sep 2006), 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 (May 1999). 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, August 20, 2008. Proposals shall be signed, shall reference the RFP Number HSTS07-08-R-00075 and shall be sent to the attention of Doretta Chiarlone, DHS - Contracts & Procurements Branch, 200 West parkway Drive, Suite 300, Egg Harbor Township, NJ 08234. 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) 813-3394 or email Doretta.Chiarlone@dhs.gov. Any questions regarding this requirement may be submitted in writing to Ms. Chiarlone via the same fax number or email no later than AUGUST 15, 2008. Point of Contact Doretta Chiarlone, Contracting Officer, Phone 609-813-3363, Fax 609-813-3394, Email Doretta.Chiarlone@dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e4b24463949284b70a4f6c00f0ffdd01&tab=core&_cview=1)
 
Place of Performance
Address: 20 mile radius of New York LaGuardia Airport as stated above, 08234, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN01627189-W 20080801/080730223120-e4b24463949284b70a4f6c00f0ffdd01 (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.