The RFP Database
New business relationships start here

CLEANING OF FIRING RANGE BULLET TRAPS SYSTEM


Georgia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for non-professional services prepared in accordance with the format in Subpart 12.6 (c) (2) (i) and synopsis shall be IAW 5.207, 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 HSFLGL-17-Q-00152 is issued as a request for quotation (RFQ). .


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 (Effective January 29, 2015).


This procurement is being issued as a 100% for Small Business set-aside. The associated North American Industry Classification System (NAICS) code is 811310. The business size standard is $7.5 million.


The solicitation is a request to secure non-personal services to provide the Federal Law Enforcement Training Centers(FLETC)/Facilities Management Division (FMD) an efficient, safe and environmentally compliant service on site to remove the spent ammunition and frangible dust currently collected in the existing firing range bullet trap vacuum system.


It is the intent of this action to award as a firm fixed priced order.


A site visit will be conducted on JUNE 26, 2017. All questions concerning this acquisition must be emailed to Sheila.Henley@fletc,dhs.gov no later than August 2, 2017:2:00PM. Questions will be answered via an amendment posted on FedBizOp. Electronic quotes shall be submitted to Sheila.Henley@fletc.dhs.gov. Fax quotes shall be submitted to (912) 280-5343. In quotations, please include all required documents and any discount terms or other pertinent information. Offers are due no later than August 9, 2017 by 4:00PM.


The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition proposals shall include: (1) The offeror's proposal shall include the following to be considered for award: (a) A signed cover letter delineating any exceptions taken to the RFP terms and conditions. (b) Offerors must ensure that their DUNS number is correctly annotated on the cover letter. (c) A minimum proposal acceptance period of 60 calendar days shall be cited in the letter.
(2) Response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. (APR 2014)
(3) Response to HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. (JUN 2066)
(4) The offeror shall submit proposals in three (3) parts: (a) Part 1 - Management & Technical Approach (b) Part 2 - Past Performance and Part 3 - Price.
BASIS FOR AWARD: The basis for award will be Lowest Priced Technically Acceptable (LPTA). The intent is to award without discussion, but Government reserves right to conduct them if prudent. The page limit for the Management & Technical Approach is 10 pages.
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov


The clauses in 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items and any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices applies to this acquisition.


Sheila Henley, CONTRACTING OFFICER, Phone 912-267-2330, Fax 912-280-5343, Email sheila.henley@fletc.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP