Firing Range Services
1) 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 the notice. This announc... 1) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) The solicitation number is 09322 and is issued as a request for quote (RFQ)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 561990 with a small business size standard of 11.0M. (3) This procurement shall be full and open competition. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. Location shall be Philadelphia, PA. (4) The Government anticipates awarding a Firm-Fixed Price Contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer is determined the lowest priced technically acceptable. Technically acceptable can include but is not limited to price, past performance, and technical capability. Contractor shall be in the business called for in the solicitation in order to be considered for award. (5) The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Indianapolis, IN. intends to award a contract for the procurement of Firing Range Services on behalf of the CBP Philadelphia, PA. The firing range services will take place Monday through Friday between the hours of 8;00AM and 4:00PM. Distance to facility shall not exceed 10 miles of the Area Port of Philadelphia Office located at 220 Chestnut St, Philadelphia PA, 19106. All requirements can be found in the attached Statement of Work (SOW). The contractors facility shall meet the requirements of the SOW unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements and Quality Control (QC). It is required that all contractors submitting a quote review the attached STATEMENT OF WORK to review all requirements. All contractors submitting a quote shall be required to meet the requirements found in the STATEMENT OF WORK. Contractors shall submit along with pricing their technical capability to meet the requirements of the SOW as well as all certifications. All quotations shall include: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. Contactor Name D. Contactor Email Address E. Contactor Phone Number F. Contactor Fax Number G. Complete Business Mailing Address Awardee must be registered in the System for Award Management (SAM) at www.sam.gov. Award cannot be made to a vendor without being registered in SAM. (6) The DHS, Customs and Border Protection require the following line items based on the requirements found in the STATEMENT OF WORK: •1. Base Year: Date of award - March 31, 2020 •2. Option Year 1: April 1, 2020 - March 31, 2021 •3. Option Year 2: April 1, 2021 - March 31, 2022 •4. Option Year 3: April 1, 2022 - March 31, 2023 •5. Option Year 4: April 1, 2023 - March 31, 2024 (7) Contractors shall submit a quote for each of the above stated line items with each line item priced individually. Quote shall be broken out to show monthly and total yearly cost. Pricing shall be all inclusive. Quotes must be emailed to David Banks at david.m.banks@dhs.gov. Note: Issuing of option years shall be based on availability of fiscal year funds. All questions shall be submitted by 3:00PM, 4/04/19. Questions will not be accepted beyond this date. (8) 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. (10) The following provisions and clauses apply to this acquisition: (a) FAR 52.212-1, Instructions to Offerors - Commercial Items. (b) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offerors must complete the Representations and Certifications in the System for Award Management (SAM) when registering at www.sam.gov. (c) FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (d) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, and the following clauses in paragraph (b), (c); 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52,223-18, 52.225-13, 52.232-33, 52.239-1, 52.222-41, & 52.222-43. (e) The following additional FAR & HSAR Clauses apply to this procurement: 52.204-7 System for Award Management; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option To Extend Services; 52.217-9 Option To Extend The Term Of The Contract; 52.219-28 Post-Award Small Business Program Representation; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.232-18 Availability Of Funds; 52.232-19 Availability Of Funds For The Next Fiscal Year; 52.233-1 Disputes; 52.233-4 Applicable Law For Breach Of Contract Claim; 52.249-1 Termination For Convenience Of The Government; 52.252-2 Clauses Incorporated by Reference; 3052.204-71 Contractor Employee Access & 3052.242-72 Contracting Officer Representative; 3052.209-70 Prohibition on Contracts with Corporate Expatriates; 3052.212-70 Contract Terms & Conditions Applicable to DHS Acquisition of Commercial Items - 3052.205-70 & 3052.247-72. (f) Invoicing procedures on contract awards - ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016) Beginning April 11, 2016, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment terms for existing contracts and orders awarded prior to April 11, 2016 remain the same. The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to April 11, 2016. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. The IPP was designed and developed for Contractors to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. (11) Full Text of referenced FAR & HSAR Clauses may be accessed electronically at http://www.acquisition.gov/far/ http://www.dhs.gov/xlibrary/assets/opo_hsar_jun_2006.pdf
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »