Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Firing Range and Classroom Usage - Charleston, SC

Process Number 70B03C22Q00000013

USA

Dates:


Notice ID:

70B03C22Q00000013

Department/Ind. Agency:

HOMELAND SECURITY, DEPARTMENT OF

Sub-tier:

HOMELAND SECURITY, DEPARTMENT OF

Sub Command:

BORDER ENFORCEMENT CTR DIV

Office:

BORDER ENFORCEMENT CTR DIV

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 22, 2021 04:00 pm est

Inactive Policy:

15 days after date offers due

Original Inactive Date:

jan 06, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

x1jz - lease/rental of miscellaneous buildings

NAICS Code:

713990 - all other amusement and recreation industries

Description:


Original Set Aside:

(1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (2)The solicitation number is 70B03C22Q00000013 and is issued as a Request for Quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 713990 with a small business size standard $8.0 million. (3)This procurement shall be set aside 100% for small business. All qualified, responsible sources may submit quotes in accordance with the provision at FAR Section 52.212-1, and the additional instructions set forth herein. Quoters are advised that they are responsible for obtaining any amendments that may be issued to the solicitation. The resulting contract shall be awarded to the offeror who provides the best value to the Government, after tradeoffs. (4)The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Procurement Directorate, intends to award a Purchase Order (PO) for the procurement of firing range and classroom usage from a facility located within 30 miles of the Area Port of Charleston, SC. It is required that all quoters submitting a quote review the attached STATEMENT OF WORK (SOW) to review all requirements. All quoters submitting a quote shall be required to meet the requirements found in the SOW. (5)Technical Capability: Quoters shall submit a technical capability statement, not to exceed (4) pages, that describe the quoters abilities to successfully complete the requirements in the Statement of Work. (6)Past Performance: The Government will review its CPARS contractor performance database for review. If no reviews are available, a neutral rating will be assigned. If negative reviews are discovered, references may be requested. (7)Price: Quoters shall submit a price quote on the attached Price Quote Form. Options pricing should be balanced (equally priced or with modest adjustments), and failure to properly balance the options may result in the quote being deemed non-responsive. (8)Quoters shall submit the (1) completed and signed SF 18, (2) Technical Capability Statement, and (3) Price Quote Form, information to colin.a.colgan@cbp.dhs.gov no later than 12/22/2021 at 4:00 p.m. ET. It is preferred, but not required, that the Quoter submit these documents as separate attachments within the same email. The email file size cannot exceed 10MB. (9)Any questions concerning this solicitation shall be submitted no later than12/20/2021 at 4:00 p.m. ET. All questions and quotes shall only be submitted via email to the above address. Government responses to questions may be published through SAM.gov so that all interested quoters will have access to the same information. (10)Period of performance for the PO shall be a three (3) month base period, with four (4), one-year option periods exercisable at the Government’s discretion. Base Period 1/1/2022 – 3/31/2022 Option Year 1 4/1/2022 – 3/31/2023 Option Year 2 4/1/2023 – 3/31/2024 Option Year 3 4/1/2024 – 3/31/2025 Option Year 4 4/1/2025 – 3/31/2026 Vendor shall perform provide firing range and classroom usage in accordance with the SOW during the period of performance and submit invoices monthly in arrears upon completion of the scheduled performance. (11)The following documents are attached to this solicitation: (A)Statement of Work (B)Price Quote Form

Attachments / Links:


Document Size Updated date Download

Contact Information:


1300 PENNSYLVANIA AVE NW

WASHINGTON , DC 20229

USA

Primary Point of Contacts:

Colin A. Colgan