The RFP Database
New business relationships start here

Firing Range


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

 
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.

 

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective December 26, 2014.

 

This requirement is being procured as a 100% small business set aside procurement under NAICS code 713990.

 

If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein.  The RFQ due date is no later than February 5, 2015 at 12:00pm Noon Eastern Time.  Submission shall be via email to the contract specialist listed in proposal submission section below.  It is the offeror' s responsibility to read the RFQ and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified.

 


Offerors are required to submit a technical proposal, past performance information and a price proposal to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements.  The contract will be awarded based on All or None and Best Value to the Government.  Best value can include but is not limited to price, delivery date, technical capability, and past performance.


 


If you have questions regarding this requirement, please submit your inquiries via email to mistelle.watkins@dhs.gov no later than February 3, 2015 at 12:00pm Noon Eastern Standard Time.  Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors.

 

FOB-Destination: Within 35 mile radius of Ronald Reagan Bldg. at 1300 Pennsylvania Avenue, Northwest, Washington DC. 20229

 


PERIOD OF PERFORMANCE

 


The period of performance for this effort comprises one base year (February 16, 2015 - February 15, 2016) and 2, 12 month option year periods (February 16, 2016 - February 15, 2018). Continuation of the agreement each year will be dependent on the availability of funds. 


 


 


PROPOSAL SUBMISSION REQUIREMENTS:


 


A. General Information:


 


The vendor shall submit electronic copies of the proposal via email to mistelle.watkins@dhs.gov no later than (NLT) February 5, 2015 at 12:00pm Noon Eastern Time.


 


All proposals shall include:


 

A.  Tax Identification Number (TIN)

B.  Dun & Bradstreet Number (DUNS)

C.  North American Industrial Classification System (NAICS)

D.  Contact Name

E.  Contact Email Address

F.  Contact Phone Number

G.   Contact Fax Number

H.  Complete Business Mailing Address

 

Ensure that your firm is registered in System for Acquisition Management (SAM) at www.sam.gov


 


The following information shall be included in each set of submitted proposal and labeled accordingly:


 


B. Submission Requirements:


Price Proposal - Factor 1


 

The offeror shall submit a firm-fixed-price proposal in accordance with the CLIN structure of the solicitation.   All pricing shall be all-inclusive of SOW requirements. 

 


Base Year (02/16/2015 - 02/15/2016)


CLIN 0010 -Firing Range Rental -- IAW SOW 

 


Option Year 1 (02/16/2016 - 02/15/2017)


CLIN 0110 -Firing Range Rental -- IAW SOW 


 


Option Year 2 (02/16/2017 - 02/15/2018)


CLIN 0210 -Firing Range Rental -- IAW SOW 


 


 


NOTE:  THE GOVERNMENT SHALL NOT COMPENSATE THE VENDOR FOR ANY PROPOSAL DEVELOPMENT COSTS RELATED TO THIS SOLICITATION.


 


Technical Approach - Factor 2


 

The offeror shall provide a technical proposal that establishes the offeror's ability to meet all requirements listed within this request for proposal and corresponding attachments. The government will consider such items as background investigation, quality of materials proposed, corporate experience for similar requirements, schedule and approach to completion and teaming approach needed to meet the aggressive timeline.


 


Past Performance - Factor 3


 

Each offeror shall complete and submit summaries for not more than three (3) relevant projects.  Relevant projects are those that are similar to those requested in this contract.  All references should be either ongoing or completed within the last three years.   The relevant projects summaries shall include the following information not to exceed one (1) page for each project (total page limit not to exceed 3 pages):

 


Project Name
Date of Contract
Type of Contract
Dollar Value of Contract
Period of Performance
Description of services provided
Name, email and telephone numbers for points of contact
(include Program Manager, Contracting Officer and/or the Contracting
Officer Representative)
Describe the relevance to the current requirement being solicited;

 

Contact information must be current.  Offerors are responsible for ensuring that the telephone numbers provided for the customer's representative indicated on each Project Summary are accurate and that the representative is aware that the U.S. Customs and Border Protection Procurement Office may be contacting them regarding the offeror's past performance.

 

Offerors must either provide the above information or affirmatively state that it possesses no relevant, directly related, or similar past performance.  If no past performance references are submitted, then a rating of neutral will be assigned. 


 

ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS

 


Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the SOW.  If not noted in this section of your quotation, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein.  It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the Offeror's quote.


 


BASIS FOR AWARD


 


The Government intends to award a contract based on this solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered.  Award shall be based on All or None and Best Value to the Government.  Best value can include but is not limited to price, delivery date, technical capability, and past performance.


 


An award can be made to an offeror whose past performance does not pose risk to the Government and whose offer is the best overall value to the Government. The Government intends to evaluate proposals and award without discussions with offerors. Therefore, the offerors initial proposal should contain the offerors best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received in accordance with FAR 52.212-1.


 


POINTS OF CONTACT

 

Contracting POCs

 

Mistelle Watkins

Border Enforcement Contracting Division

Contract Specialist

mistelle.watkins@dhs.gov


 


CONTRACT MANAGEMENT


 


Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. 


 


Communications pertaining to the contract administration will be addressed to the Contracting Officer.  No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer.


 


The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government.  No changes to the statement of work, contract terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer.


 


Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense.  Such actions do not bind the Government contractually.  Any contractual questions shall be directed to the contract specialist, Mistelle Watkins via email (mistelle.watkins@dhs.gov). ONLY EMAIL RESPONSES WILL BE ACCEPTED. NO PHONE CALLS.


 


 


Mistelle Watkins, Phone 317-381-5403, Email mistelle.watkins@cbp.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP