Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
MODIFICATION

X -- Firing Range Services (Customs & Border Protection - Miami)

Notice Date
4/26/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Avenue, N.W Ste 1310, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1010Q20046274
 
Response Due
4/28/2010
 
Archive Date
10/25/2010
 
Point of Contact
Name: Brice Winston, Title: Contract Specialist, Phone: 202-344-3645, Fax:
 
E-Mail Address
brice.winston@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSBP1010Q20046274 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 531190 with a small business size standard of $7.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-04-28 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Miami, FL 33122 The DHS Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, Firing Range Services for Miami Service Port - Year 1 (April 1, 2010 September 30, 2010) SEE ATTACHED STATEMENT OF WORK, 6, Months; LI 002, Firing Range Services for Miami Service Port - Year 2 (October 1, 2010 September 30, 2011) SEE ATTACHED STATEMENT OF WORK, 12, Months; LI 003, Firing Range Services for Miami Service Port - Year 3 (October 1, 2011 September 30, 2012) SEE ATTACHED STATEMENT OF WORK, 12, Months; LI 004, Firing Range Services for Miami Service Port - Year 4 (October 1, 2012 September 30, 2013) SEE ATTACHED STATEMENT OF WORK, 12, Months; LI 005, Firing Range Services for Miami Service Port - Year 5 (October 1, 2013 September 30, 2014) SEE ATTACHED STATEMENT OF WORK, 12, Months; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Vendor must provide capability statement that addresses the attached Statment of Work. Cabability Statement must be no longer than five pages, single spaced, 12 font size. Capability statements must be forwarded to clientservices@fedbid.com by March 24, 2010 1. Days of week? At least 4 and up to 5 days per week between Monday and Friday 2. Times of day to/from? At least 6-hours or range time, flexible between the hours of 0600-1500 daily May-December and between the hours of 1500-2300 January-April; may change to 1500-2300 Jan-Mar and 0600-1500 April to December 3. Months of the year? 12 months per year 4. How many shooting positions are needed? At least 32 and up to 40 (flexible on certain days on 1500-2300) 5. What shooting distances are required? Minimum 25 yards for pistol 100 yards for rifle shooting 6. What models and types of firearms will be used? 9mm and.40 cal automatic pistols, 12 gauge shotguns, and.223/.556 rifles 7. What size on ammunition will be fired? See above along with other standard pistol/rifle/shotgun calibers 8. Open or closed facility to the general public while CBP is using the facility?The specific range utilized needs to be closed. other areas/ranges can be open to public 9. Class room facility requirements? A classroom that can handle 30-40 students and has electricity for electronic devices i.e.: projectors 10. Night shooting facility lighting? Adequate to illuminate the range equivalent to day time conditions and appropriate safety lighting in parking lot and adjacent areas 11. Parking for how many vehicles? 40-50 vehicles; up to 40 shooters and 10 instructors 12. PA system for line calls? Adequate for shooters to clearly hear range commands down range at farthest point 13. Additional open area space required for non firearm training? A cleared/level area 200 by 200 to conduct warm-up exercises and other non-firearm related training
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1010Q20046274/listing.html)
 
Place of Performance
Address: Miami, FL 33122
Zip Code: 33122
 
Record
SN02132209-W 20100428/100426234929-16ffc7ea0c88cae4da72be60e0213a78 (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.