Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2020 SAM #6909
SOLICITATION NOTICE

X -- Outdoor Firing Range

Notice Date
10/27/2020 7:29:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
DETENTION COMPLIANCE AND REMOVALS
 
ZIP Code
00000
 
Solicitation Number
70CDCR21Q00000001
 
Response Due
11/9/2020 12:00:00 PM
 
Archive Date
11/24/2020
 
Point of Contact
Natasha Nguyen, Phone: 9494257030
 
E-Mail Address
natasha.nguyen@dhs.gov
(natasha.nguyen@dhs.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and another written solicitation will not be issued. The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) has a requirement for Outdoor Firing Range. This procurement is being conducted under the procedures provided for in FAR Part 13.302- Purchase Order (PO). It is anticipated that a purchase order will be awarded with fixed unit prices and not-to-exceed quantities. The Government will make one (1) award for all required items. This requirement is FULL AND OPEN. Due date for quotes is November 9, 2020 at 12:00 pm, Pacific Time. Only written quotes will be accepted. Quotes shall be submitted via e-mail to natasha.t.nguyen@ice.dhs.gov. All responsible sources must be SAM registered at the time the quote is submitted. In accordance with FAR 52.212-1-Instructions to Offerors-Commercial Items, offerors shall submit the following: Specifications of proposed outdoor firing range demonstrating how they meet the requirements in Attachment II � Statement of Work (SOW); Pricing for each Contract Line Item Number (CLIN) listed in Attachment I-SF18, Section B: Supplies or Services; In accordance with FAR 52.212-2 Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsible offeror whose quote represents the best value to the Government. The following factors will be used to evaluate quotes: (1) Ability to meet the Government requirements as outlined in Attachment II-Statement of Work; (2) Total price for the base year, four (4) one-year option years and a six (6) month option to extend; and (3) facility shall be within 50 miles radius of U.S. Department of Homeland Security, Immigration and Customs Enforcement (ICE), Enforcement & Removal Operations (ERO), Los Angeles Federal Building located at 300 N. Los Angeles Street, Los Angeles, CA 90012, outlined in Attachment II-Statement of Work. Attachment List: Attachment I � SF 18 Attachment II � Statement of Work (SOW) All 3 factors are approximately equal. The government will trade off for the best value and will not necessarily award to the highest rated or lowest price offeror. Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Los Angeles Field Office is requesting a quotation to provide a secure facility for agents and officers to conduct law enforcement for outdoor firing range training facility for 400 law enforcement officers quarterly.� The facility shall be within 50 miles radius of U.S. Department of Homeland Security, Immigration and Customs Enforcement (ICE), Enforcement & Removal Operations (ERO), Los Angeles Federal Building located at 300 N. Los Angeles Street, Los Angeles, CA 90012.� The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-3 Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212);� 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; and 52.232-33 Payment by Electronic Funds Transfer- System for Award Management. Additional FAR clauses applies: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.232-18 Availability of Funds; Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their Representations and Certifications via ORCA @ http://orca.bpm.gov.� The Offeror may obtain the full text of the clauses electronically at web site https://www.acquisition.gov/browse/index/far Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-06.� The North American Industry Classification System Code (NAICS) is 611699: Size Standard is $12 million average annual sales.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/12e3fd6da5cb489da73a886797b7d5b0/view)
 
Place of Performance
Address: Los Angeles, CA 90012, USA
Zip Code: 90012
Country: USA
 
Record
SN05838910-F 20201029/201027230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.