Seattle Washington Firing Range Services
Bidders ID: | NBD00159328881254001 |
---|---|
Due Date: | Feb 11, 2025 |
Posted Date: | Feb 3, 2025 |
Level of Government: | Federal |
State: | Washington |
Agency: | HOMELAND SECURITY, DEPARTMENT OF |
Category: |
|
Solicitation Number: | 70T05025Q6115N001 |
Source: | Members Only |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Feb 03, 2025 02:48 pm EST
- Original Date Offers Due: Feb 11, 2025 01:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 26, 2025
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: X1FB - LEASE/RENTAL OF RECREATIONAL BUILDINGS
-
NAICS Code:
- 713990 - All Other Amusement and Recreation Industries
-
Place of Performance:
Renton , WA 98057USA
In accordance with Federal Acquisition Regulation (FAR) 4.1102 quoters are required to be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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.
(ii) The solicitation number is 70T05025Q6115N001. The solicitation is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
(iv) This acquisition is issued on an unrestricted basis. The associated NAICS code is 713990 with a small business size standard of $9.0 M.
(v) List of Contract Line Item Numbers (CLINs), items, quantities, and units of measure: See SF-1449
(vi) Description of requirements for the items to be acquired: Use/rental of an existing/established firing range. See attached Statement of Work for specific requirements for an acceptable firing range.
(vii) Delivery, acceptance, and FOB point are at the contractor's facility.
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. There are no addenda to the provision.
(ix) The provision at 52.212-2, Evaluation -- Commercial Items does not apply to the solicitation.
The evaluation procedures to be used are as follows:
Award will be made using the lowest price technically acceptable (LPTA) selection process. Award may be made on initial quotations. Therefore, each initial quote should contain the quoter's best terms from a technical and price standpoint. However, the Government reserves the right to contact quoters if it is later determined by the contracting officer to be necessary or in the government's best interests. The LPTA process will proceed as follows:
1) Quotes may be removed from consideration for, but not limited to, the following reasons:
• Quotes that are not received timely
• Quotes that fail to follow the instructions in FAR Provision 52.212-1
• Quotes that fail to submit ALL required documentation/provisions
• Quotes that do not provide completed pricing table
• Quotes that have language inconsistent with the terms and conditions set forth in the
solicitation
2) Quotes will be ordered by price from lowest to highest.
3) The Government will then review Factor 1 of the lowest priced quote. If the review finds that Factor 1 of the lowest priced quote is acceptable, the Government will then evaluate Factor 2 of the lowest priced quote. If the review finds that Factor 2 of the lowest priced quote is acceptable, that quote represents the best value to the Government and the technical evaluation process stops at this point. Contingent upon a subsequent determination of price reasonableness (Factor 3) and of contractor responsibility by the Contracting Officer, an award will be made to that quoter without further consideration of any other quoters.
If the lowest quote is determined not to be acceptable for any reason, then the next lowest priced quote will receive an evaluation as described above. The process will continue in order by price until a quote from a responsible contractor is determined to be acceptable and priced fairly and reasonably.
4) USING THIS PROCEDURE, THE GOVERNMENT MAY NOT EVALUATE ALL QUOTES.
(e) Each Factor will be evaluated as follows:
Factor 1. Technical Acceptability
Technical Acceptability will be rated on an "acceptable" or "unacceptable" basis as follows: Acceptable - The quoted range meets all technical criterion stated in the Statement of Work. Unacceptable - The quoted range does not meet all technical criterion stated in the Statement of Work.
Factor 2. Past Performance
Past performance will be rated on an "acceptable" or "unacceptable" basis as follows: Acceptable - Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. (See note below.)
Unacceptable - Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort
Note: In the case of a quoter without a record of relevant past performance, or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable."
Note: Quoters are not required or requested to submit past performance references. The Government will use public and Government-restricted sources (e.g. CPARS) to evaluate past performance.
Factor 3. Price
Price will not be rated. Price analysis will be conducted to determine reasonableness.
Submission Requirements
- Completed Pricing schedule
- Acknowledgement of Statement of Work requirements
- Most recent Lead Testing results in accordance with OSHA
- Applicable fill in clauses and provisions
- Subcontractor Agreement if Applicable
- Quoters are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its quote. Quoters shall complete only paragraph (b) of this provision if they have completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Quoter has not completed the annual representations and certifications electronically, it shall complete only paragraphs (c) through
(q) of this provision.
HSAR 3052.205.70 Advertisements, Publicizing Awards, and Releases (SEP 2012)
The Contractor shall not refer to this contract in commercial advertising or similar promotions in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services.
(End of clause)
HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (JUL 2023)
The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:
__X__3052.205–70 Advertisement, Publicizing Awards, and Releases.
- 6595 Springfield Center Drive
- Springfield , VA 20598
- USA
- Delisa Hawkins
- Delisa.Hawkins@tsa.dhs.gov
- Feb 03, 2025 02:48 pm ESTCombined Synopsis/Solicitation (Original)
- Jan 08, 2025 11:55 pm EST Sources Sought (Original)
Related Document
Feb 12, 2025 | [Combined Synopsis/Solicitation (Updated)] Seattle Washington Firing Range Services |
TRY FOR FREE
Not a GovernmentBidders Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.