SOLICITATION NOTICE
X -- Long Range Land Usage
- Notice Date
- 9/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 531190
— Lessors of Other Real Estate Property
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- H92244-07--T-0130
- Response Due
- 10/10/2007
- Archive Date
- 10/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation prepared for long range land usage 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; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-07-T-0130, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20 effective 20 September 2007. The North American Industrial Classification Code (NAICS) 531190 applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9. FOB point is Destination. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 BASE YEAR Long Range Land Usage Period of Performance: 1 October 2007 through 30 September 2008 QUANTITY 5 Weeks CLIN 1001 OPTION YEAR ONE Long Range Land Usage Period of Performance: 1 October 2008 through 30 September 2009 QUANTITY 5 Weeks CLIN 1002 OPTION YEAR TWO Long Range Land Usage Period of Performance: 1 October 2009 through 30 September 2010 QUANTITY 5 Weeks Section C Specifications and Statement of Work 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 (authorization for government lodging to be authorized per issuance of individual government travel orders, when required). Government Point of Contact: a. The Contracting Officer for this contract is Betty Conner at (757) 893-2713; fax number is (757) 893-2957; email address is elizabeth.conner@vb.socom.mil. b. Technical Point of Contact for this contract is Stephen Toboz at (757) 893-3154. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (Jul 2004) FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.203-8 Cancellation, Recission and Recovery of Funds for Illegal or Improper Activity (Jan 1997) FAR 52.204-7 Central Contractor Registration (Jul 2006) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2007) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.223-6 Drug-Free Workplace (May 2001) All contractors must provide a drug-free work environment through periodic, random urinalysis. The results of the analyses must be made available to NSWDG. FAR 52.232-17 Interest (Jun 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999) FAR 52.233-1 Disputes (Jul 2002) FAR 52.244-6 Subcontracts for Commercial Items (Mar 2007) FAR 52.246-4 Inspection of Services ? Fixed Price (Aug 1996) DFARS 252.204-7004 Central Contractor Registration (Nov 2003) Alt A DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) (Deviation) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (Jan 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (Jan 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (Feb 1995) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical competence, past performance, and price. Technical competence and past performan ce, when combined, weighs more than price. Offerors 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 (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options for the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time of acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor?s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Betty Conner, telephone (757) 893-2713. FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 12 months. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 Ordering Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 week, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor; i. Any order for a single item in excess of 5 weeks for long range land usage ii. Any order for a combination of items in excess of 5 weeks for long range land usage iii. A series of orders from the same ordering office within three (3) days that together call for quantities exceeding the limitation in subparagraph (i) or (ii) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ?maximum?. The Government shall order at least the quantity of supplies or services designated in the Schedule as the ?minimum?. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor?s and Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after one year from date of the last order. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor?s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Betty Conner, telephone (757) 893-2713. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact is Christine Anderson at christine.anderson@vb.socom.mil. Questions will be accepted until 3 October 2007. Questions and responses will be posted on FedBizOpps on 4 October 2007. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 10 October 2007. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Christine Anderson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. 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 the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. Proposals must be received by Christine Anderson by fax at (757) 492-7954 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Purchasing/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 10 October 2007.
- Place of Performance
- Address: Contractor Facility, (For the purposes of this solicitation, NSWDG postal code will be provided. Upon contract award, the postal code shall be replaced with the vendor postal code)
- Zip Code: 23461-2299
- Country: UNITED STATES
- Zip Code: 23461-2299
- Record
- SN01414771-W 20070924/070922223458 (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 |