Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2006 FBO #1538
MODIFICATION

X -- Long Range Shooting Range Land Use

Notice Date
2/9/2006
 
Notice Type
Modification
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-06-R-0025
 
Response Due
2/15/2006
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954, - Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil, canderson@mail.nswdg.navy.mil
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO AMEND THE SOLICITATION TO "UNRESTRICTED" VICE "TOTAL SMALL BUSINESS SET-ASIDE". This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed 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 being issued as a Request for Proposal (RFP); solicitation number is H92244-06-R-0025 as an Indefinite Delivery Indefinite Quantity (IDIQ) Requirements Type Contract with Fixed Unit Prices for a seven month period commencing 1 March 2006 through 30 September 2006. Statement of Work is as follows: Statement of Work Contract: Contractor: Job Title: Long Range Shooting Range Land Usage Period of Performance: 1 March 2006 through 30 September 2006 Description: 1. Contractor shall provide exclusive use of 13,000 acres of range land and rifle range facilities, as required, through issuance of individual delivery orders, for training purposes of Government personnel. It is estimated that exclusive usage of range land and rifle range facilities will be required for five (5) weeks, one week per usage at forty-hours an interval during the period of performance of this contract. 2. Range Land shall be used for the following purposes: a. unlimited all-terrain vehicle (ATV) and dirt bike training trails and hills b. navigation training 3. Rifle range facilities shall be used for the following purposes: a. 360 degree shooting of long range steel targets in certain areas available for exclusive use by the government, as required. Specifically, two (2) pistol steel ranges, one (1) 1,500 yard known distance range and, four (4) unknown distance ranges out to 2,000 yards is required. b. Ammunition and equipment testing research and development Government Furnished Material: Transportation while using facility and ammunition. Government personnel will be fully self supportive excluding range systems and lodging. Contractor Furnished Material: All range targeting systems, on-site lodging up to 12 people. Government Point of Contact: a. Contractual Point of Contact for this contract is Christine Anderson. Phone number is (757) 492-7960 extension 2210; fax number is (757) 492-7954; Email address is christine.anderson@nswdg.navy.mil. b. Technical Point of Contact for this contract is BMCS Philip Dodson. Phone number is (757) 492-7960 extension 2637; Email address is pdodson@mail.nswdg.navy.mil. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06, effective 30 September 2005. North American Industrial Classification Code (NAICS) 611699 applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO. FOB Point is destination. Place of Performance is the Contractor Facility The following provisions are incorporated into the RFP: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-5 Evaluation Commercial Items (Sep 2005); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also included are DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) which should be completed and submitted with the proposal. The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal years before the posting date of this combined synopsis/solicitation on FBO. The following terms and conditions via an addendum to the contract shall be incorporated into any contract(s) resulting from this RFP: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Sep 2005). The Contractor shall comply with the FAR clauses in this paragraph that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005). The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clauses included in the combined synopsis/solicitation and resulting contract by reference to implement a provision of law applicable to acquisitions of commercial items or components: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998). Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with this solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at canderson@mail.nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information, must be in writing and submitted via email to Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be prepared and sent to the attention of Christine Anderson at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00pm Eastern Standard Time (EST) on 20 January 2006. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: Contractor's Facility
Country: USA
 
Record
SN00984893-W 20060211/060209213046 (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.