Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

U -- RANGE SERVICES - SOW

Notice Date
6/16/2010
 
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, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS0710R00064
 
Point of Contact
Kathleen M. Fleming, Fax: 609-813-3394, Robert P Kirzow, Phone: 609-813-3352
 
E-Mail Address
kathleen.fleming@dhs.gov, robert.p.kirzow@secureskies.net
(kathleen.fleming@dhs.gov, robert.p.kirzow@secureskies.net)
 
Small Business Set-Aside
N/A
 
Description
SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 issued as a request for quotation. Please reference solicitation number HSTS07-10-R-00064 on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is being issued unrestricted. The North American Industry Classification System (NAICS) is 611699 and the size standard is $7M. This combined solicitation/synopsis is for the purchase of Range Services within a 55 mile radius of Houston, TX in accordance with the attached statement of work. The proposed contract will be for a base year and four one year options. Services anticipated on or before October 1, 2010. DHS personnel will use the range an average of 30 days per quarter, 8 hours each day for 12 point range. Approximately 80,000 rounds are anticipated to be shot per quarter. Offerors shall submit pricing for all range requirements. FAR 52.212-1 Instructions to Offers -- Commercial Items (June 2008) applies to this acquisition. Addendum to 52.212-1: c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 75 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) and award will be made to the firm offering the Lowest Priced Technically Acceptable to the Government. Paragraph (a) is hereby completed as follows: 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 ensure compliance with all requirements set forth in the SOW. 2. Past Performance History - 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. Past performance will be based on responsiveness, quality and customer service. Price Factors Offerors shall provide pricing to cover a (1) year base period and (4) one year options. Pricing should be proposed on a daily basis. Contractors will be permitted to bill on a monthly basis for hours used during the month. Invoice to be submitted only once a month. All evaluation factors, when combined, are more important than price. The Government intends to award a firm-fixed price purchase order. 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. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual reps and certs electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.222-3, Convict Labor (June 2003) (EO 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (Mar 2007) (EO 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 USC 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) The following clauses under subparagraph (c) apply: 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.232-19 Availability of Funds for the next Fiscal Year The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov The following additional terms and conditions apply: 52.204-7 Central Contractor Registration (Apr 2008) 52.217-5 Evaluation of Options (July 1999) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) 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. Questions concerning this solicitation must be furnished in writing to kathleen.fleming@dhs.gov or faxed to (609) 813-3394 no later than 2 calendar days before the close of the Request for Quote. The date and time for the submission of quotes is Monday, July 19, 2010, 4:00 PM Eastern Standard Time and shall be emailed to kathleen.fleming@dhs.gov or faxed to 609-813-3394.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS0710R00064/listing.html)
 
Place of Performance
Address: Houston, Texas, 77040, United States
Zip Code: 77040
 
Record
SN02179319-W 20100618/100616235054-edb861cb06cfb7c5fb0a1762d65b75e3 (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.