California Bids > Bid Detail

Firing Range Use - CBP Area Port of San Francisco

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159315107626150
Posted Date: Apr 5, 2023
Due Date: Apr 6, 2023
Solicitation No: 70B03C23Q00000107
Source: https://sam.gov/opp/9ba24d1b59...
Follow
Firing Range Use - CBP Area Port of San Francisco
Active
Contract Opportunity
Notice ID
70B03C23Q00000107
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US CUSTOMS AND BORDER PROTECTION
Office
BORDER ENFORCEMENT CONTRACTING DIVISION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Apr 05, 2023 01:52 pm PDT
  • Original Published Date: Mar 30, 2023 01:13 pm PDT
  • Updated Date Offers Due: Apr 06, 2023 03:00 pm PDT
  • Original Date Offers Due: Apr 06, 2023 03:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 08, 2023
  • Original Inactive Date: Apr 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 713990 - All Other Amusement and Recreation Industries
  • Place of Performance:
    San Francisco , CA 94128
    USA
Description

AMENDMENT ONE



1. See Questions and Answers Document and Updated Pricing Sheet attached.



----------------------------------------




  1. INTRODUCTION





FIRING RANGE – Non-exclusive use of firing range facilities by the U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO), Area Port of San Francisco.





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603(c), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





This solicitation number is 70B03C23Q00000107 and is issued as a Request for Quote (RFQ). The attached solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 713990 – All Other Amusement and Recreation Industries. This requirement is a Total Small Business set-aside, and only qualified Quoters may submit quotes. Prospective Quoters are required to identify their company’s business size and certify that they hold the applicable NAICS code.





To be eligible to submit a quote, prospective quoters must have a valid and up-to-date applicable registration in the System for Award Management (SAM) website (www.sam.gov) prior to proposal submission. Prospective quoters not properly registered in SAM at the time of proposal submission shall not be considered for award.





Emailed responses are requested to be received by the Contracting Officer (CO) Frank S. Duarte at the following address by no later than April 6, 2023, at 3:00 P.M. Pacific Time: frank.s.duarte@cbp.dhs.gov.





*** Question Submission: Interested Quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Agency to respond, but no questions shall be accepted after April 5, 2023, 3:30 P.M. Pacific Time. Questions must be submitted directly to the CO at the email address indicated on this notice. ***





Description of the Requirement





Supplier shall be able to furnish full firing range facility requirements for non-exclusive use as outlined in the attached Statement of Work (SOW), during the period specified, to CBP OFO, Area Port of San Francisco. The Firing Range shall be no further than 50 miles from the San Francisco International Airport CBP offices.





CBP intends to establish a firm-fixed unit price purchase order award contract to fulfill this requirement; however, the Government reserves the right to not award any contract and does not guarantee any award from this solicitation. The resultant contract award will be five (5) years in duration. The Government anticipates award of a purchase order contract within 5 days of receipt of offers. The Government is obligated only to the extent of any award promulgated from this notice.





Period of Performance





The period of performance shall be as follows:





Base: April 12, 2023 – April 11, 2024





Option 1: April 12, 2024 – April 11, 2025



Option 2: April 12, 2025 – April 11, 2026



Option 3: April 12, 2026 – April 11, 2027



Option 4: April 12, 2027 – April 11, 2028





Option Periods shall be exercised based on the needs and in accordance with the requirements of the Government.






  1. GENERAL INSTRUCTIONS FOR THE PREPARATION OF OFFERS





CBP will conduct a streamlined evaluation of all received quotes for establishing the purchase order contract, as outlined in the attached Solicitation and Contract Provisions and Clauses document, the content of which is incorporated herein by reference. CBP reserves the right to establish a contract without further communication and exchange; therefore, each response to this request should contain the Quoter’s best pricing, terms, and conditions. Quotes must be prepared in accordance with these instructions and provide all required information in the format specified. The required format is designed to ensure submission of information essential to the understanding and comprehensive evaluation of the vendor's offer. Failure of a Quoter to comply with these instructions may be grounds for exclusion of the quote from further consideration. Any exceptions taken with respect to the clauses in the solicitation shall be noted. To facilitate exchanges, for every instance where the vendor does not propose to comply with or agree to a requirement, the vendor shall propose an alternative and describe its reasoning therefor.





At a minimum, prospective Quoters shall submit the following documents in response to this solicitation:






  1. Complete Pricing Sheet. Fully burdened unit pricing of each required type of provision needed by the Government during the use of the firing range facilities, in accordance with the SOW shall be provided.






  1. Provide a full description of facilities, including pictures if possible, displaying the type and style of facilities that will be made available for the purposes of these requirements, including classroom instruction.






  1. Management or ownership points of contact – executive summary or similar.






  1. Past Performance information as applicable. Please see evaluation criteria for award for past performance requirements and use.





Failure to comply with these instructions may result in the quote being determined to be non-responsive.





Submissions shall be in electronic format and sent to the CO listed on this solicitation in accordance with the provision entitled “Instructions to Quoters-Commercial Items,” which applies to this solicitation.





Emailed submissions must be in separate attachments and clearly indicate what is being provided. The Government reserves the right to disregard any additional attachments without notification to any Quoter. Subject line of the email should read “RFQ 70B03C23Q00000107 – Firing Range Use – CBP Area Port of San Francisco.”





Due to CBP restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the offer 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.





Submissions shall be received no later than the exact time specified in this solicitation to be considered for award. Time of receipt will be determined by the government’s email receipt time. It is the offering firm’s responsibility to ensure this is done according to the above restrictions.





Offers shall be good for 30 calendar days after close of solicitation.





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 https://www.sam.gov/SAM/.






  1. EVALUATION FACTORS FOR AWARD





See below Federal Acquisition Regulation (FAR) Clause 52.212-2 Evaluation Criteria to be used in evaluation for this award.





EVALUATION CRITERIA FOR AWARD





52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Nov 2021)





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 requirements to be provided. The Government reserves the right to award without discussions with Quoters.





(a) The Government will award a contract resulting from this solicitation to the responsible Quoter 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 Quoter:





1. TECHNICAL AND MANAGEMENT APPROACH (non-price)





The facilities must have the capabilities to meet the requirements of the Statement of Work (SOW).





2. PAST PERFORMANCE (non-price)





Quoters will be evaluated on their recent (within the past 3 years) performance of relevant requirements as described in the SOW. Quoters should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. An Quoter 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 Quoter’s past performance. An Quoter will not be evaluated favorably or unfavorably on past performance if the Quoter 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 to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. The following is required:








    1. Proposal pricing shall be provided utilizing the attached Pricing Sheet.

    2. Fully burdened unit pricing shall be provided, based on the type of range requirements needed as indicated on the Pricing Sheet.

    3. Lowest price shall be determined by multiplying the maximum annual usage needed for each requirement, as indicated in the SOW and Pricing Sheet, against the proposed unit pricing presented for each requirement, to arrive at a final price for all periods of performance, for the purpose of evaluation.

    4. Quoters must completely fill out the attached Proposal Pricing Worksheet for each requirement and year to be considered for award.







(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 Quoter 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 Quoters.



(End of provision)








  1. ATTACHMENTS








  1. Statement of Work – Firing Range Facilities Use.

  2. Pricing Worksheet – to be completed by Quoter.

  3. Solicitation and Contract Provisions and Clauses.


Attachments/Links
Contact Information
Contracting Office Address
  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >