SOLICITATION NOTICE
W -- Firing Range SAC San Juan - Statement of Work
- Notice Date
- 8/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
- ZIP Code
- 75247
- Solicitation Number
- 192118VSA00000041
- Archive Date
- 9/19/2018
- Point of Contact
- An Cohen, Phone: 214-905-5356
- E-Mail Address
-
An.N.Cohen@ice.dhs.gov
(An.N.Cohen@ice.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document (RFQ 192118VSA00000041) and incorporated provisions and clauses are those in effect through FAC 2005-101, effective July 20, 2018. This solicitation is issued as a Request for Quote (RFQ) as is 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 713990 and the small business size standard $7.5 million. 2. The Government intends to award a single Firm Fixed Price purchase order for use of a training facility for law enforcement firearms qualifications in accordance with the attached Statement of Work (SOW). The contract is going to be a base year plus two one-year options. 3. Include the unit price and the extended price for all CLINs The RFQ contains the following contract line item numbers (CLIN)s: BASE YEAR (12 Months) Line Item QTY UNIT Quoted Price Extended Amount 0001 Monthly Firearm Range Use Fee 12 Ea $___________ $______________ (Minimum of 2 Days per Week) TOTAL BASE YEAR PRICE: $_______________ 1ST YEAR OPTION (12 Months) Line Item QTY UNIT Quoted Price Extended Amount 1001 Monthly Firearm Range Use Fee 12 Ea $___________ $______________ (Minimum of 2 Days per Week) TOTAL OPTION YEAR ONE PRICE: $_______________ 2nd YEAR OPTION (12 Months) Line Item QTY UNIT Quoted Price Extended Amount 2001 Monthly Firearm Range Use Fee 12 Ea $___________ $______________ (Minimum of 2 Days per Week) TOTAL OPTION YEAR TWO PRICE: $_______________ TOTAL BASE YEAR & 2-ONE YEAR OPTIONS: $____________________ 4. The following provisions and clauses apply to this procurement: (i) By reference: FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.203-3, Gratuities FAR 52.204-7, Central Contractor Registration. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.252-2, Clauses Incorporated by Reference ( ii) By full text: 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. An offer will be determined technically acceptable if no exception is taken to the specifications in the Statement of Work. Award will then be based on price. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. NOTE : Site visit by ICE personnel will be conducted to verify facility can accommodate ICE training requirements and verify that the facility meets the requirements of the SOW. FAR 52.212-3, Offeror Representations and Certification-Commercial - The offeror shall complete only paragraphs (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. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.223-11, 52.223-12, 52.223-18, 52.223-20, 52.223-21, 52.225-1, 52.225-13, 52.232-33. FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor prior to expiration; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days prior to the contract expiration date. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 5. Offers must be valid for a minimum of 30 days. Electronic quotes will be accepted at An.N.Cohen@ice.dhs.gov. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. 6. Quotes are due no later than September 04, 2018 at 07:00 a.m. CDT. No late quotes will be accepted. 7. Quote Requirements: Quotes must include a narrative that portrays relevance to the SOW, unit and extended prices for all line items, all required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable. 8. ADDITIONAL INFORMATION: Be advised a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192118VSA00000041/listing.html)
- Place of Performance
- Address: Immigration and Customs Enforcement (ICE), Homeland Security Investigations (HSI), Special Agent in Charge (SAC) San Juan Office, San Juan, Puerto Rico, 00907, United States
- Zip Code: 00907
- Record
- SN05044307-W 20180819/180817231405-5713c959973b8649d61564ff268ed0c2 (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 |