SOLICITATION NOTICE
X -- OFO San Ysidro Firing Range Services - Package #1
- Notice Date
- 9/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Border Enforcement Contracting Division - Mountain Branch, 4760 N Oracle Rd, Suite 100, Tucson, Arizona, 85705, United States
- ZIP Code
- 85705
- Solicitation Number
- 20104498
- Archive Date
- 9/28/2018
- Point of Contact
- Benjamin Dorgan, Phone: (520) 407-2808
- E-Mail Address
-
benjamin.j.dorgan@cbp.dhs.gov
(benjamin.j.dorgan@cbp.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Proposal Pricing Sheet San Diego County Wage Determination Applicable Provisions and Clauses Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 number is 20104498 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses (including Attachment Two to the solicitation) are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is X1PA - {Lease/Rental of Recreation Facilities (Non-Building)} with a small business size standard of $7.5M. This requirement is not set-aside. The U.S. Customs and Border Protection (CBP), Port of San Ysidro requires an appropriate commercial firearms facility for weapons qualification and training. The purpose of this procurement is to secure the use of a commercial firing range facility that will effectively support the US Customs and Border (CBP) firearms training and recertification program. The requirements and capabilities of the firing range shall be as outlined in the attached Statement of Work (SOW). (Attachment One) Question Submission: All questions concerning the solicitation must be submitted at the earliest time possible to enable the Government to respond and repost the buy with Q&A based on the questions that come in (if applicable). Questions must be submitted by email only directly to the following point of contact: Contract Specialist Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov. Questions not received by the question submission deadline of: Wednesday, September 26, 2018 at 11:00 AM Arizona time may not be considered. Proposal submissions must be submitted by email only to Contract Specialist Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov Subject line of the email should read: 20104498 Proposal Submission: OFO San Ysidro Firing Range Services. All proposal pricing must be valid for up to 30 calendar days after close of the solicitation. The deadline for receipt of proposals for this requirement is: Thursday, September 27 2018 at 1:00 PM Arizona Time. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. In accordance with FAR 52.222-41 (Service Contract Labor Standards) Attachment Three to the solicitation includes prevailing wage rates for the California county of San Diego. These wage rates must be adhered to in performance of the resultant contract. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (See Attachment Two to the solicitation for further clause and provision detail applicable to this acquisition). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to submitting the required proposal pricing sheet (Attachment Four) for this solicitation, each Offeror must provide any relevant NON-PRICING responses (e.g. technical proposal, product specifications, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. A bidder must submit sufficient information for a technical evaluation to be made by the Government to determine if the offeror's proposal meets the minimum requirements of the SOW. The Contracting Officer is not responsible for acquiring any additional information. Failure to comply with this term may result in the proposal being determined to be non-responsive. Emailed submissions must be in separate attachments and clearly indicate what is being provided. The following criteria must be followed when submitting proposal attachments: 1.No more than five (5) single-sided pages total for Evaluation Factor One. (TECHNICAL AND MANAGEMENT APPROACH) 2.No more than five (5) single-sided pages total for Evaluation Factor Two. (PAST PERFORMANCE) Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. The government intends to award a firm fixed price purchase order. Award Criteria: Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors. (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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The quote with the lowest evaluated price will be evaluated for technical acceptability. Only if that quote is found to be technically unacceptable will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote is found. The following factors shall be used to evaluate technical acceptability of the lowest priced offeror: 1.TECHNICAL AND MANAGEMENT APPROACH (non-price) The Offeror must meet the requirements of the Statement of Work (SOW). 2.PAST PERFORMANCE (non-price) Offerors will be evaluated on their recent (within the past 3 years) performance of relevant requirements as described in the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. An Offeror may also provide information on problems encountered on the identified projects and the offer's corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available. 3.PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to 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 for 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. The Government reserves the right to award without discussions with Offerors. List of Attachments to Solicitation Number 20104498: 1.Statement of Work (SOW) 2.Applicable Contract Clauses and Solicitation Provisions 3.WDOL Wage Determinations - San Diego County 4.Proposal Pricing Sheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20104498/listing.html)
- Place of Performance
- Address: See SOW, California, United States
- Record
- SN05101979-W 20180926/180924230804-daed551ad96e315b0a96968a954cc647 (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 |