Minneapolis Firing Range Services

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Minnesota
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159150757688584
Posted Date: Mar 26, 2024
Due Date: Apr 4, 2024
Solicitation No: 70T05024Q6115N004
Source: Members Only
Follow
Minneapolis Firing Range Services
Active
Contract Opportunity
Notice ID
70T05024Q6115N004
Related Notice
70T05024I6115N004
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
TRANSPORTATION SECURITY ADMINISTRATION
Office
MISSION ESSENTIALS
Looking for contract opportunity help?

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).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 26, 2024 10:58 am EDT
  • Original Published Date: Mar 05, 2024 01:13 pm EST
  • Updated Date Offers Due: Apr 04, 2024 12:00 pm EDT
  • Original Date Offers Due: Mar 25, 2024 12:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 19, 2024
  • Original Inactive Date: Apr 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1FB - LEASE/RENTAL OF RECREATIONAL BUILDINGS
  • NAICS Code:
    • 713990 - All Other Amusement and Recreation Industries
  • Place of Performance:
    Minneapolis , MN
    USA
Description View Changes

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.



(ii) The solicitation number is 70T05024Q6115N004. The solicitation is issued as a request for quotation (RFQ).



(iii) All questions must be submitted via email to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov no later than April 1, 2024 at 12:00 pm. (noon) Eastern Time.



(iv) All quotes must be submitted to the above email no later than April 4, 2024 at 12:00 pm (noon) Eastern Time.



(v) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-09.



(vi) This acquisition is issued on an unrestricted basis. The associated NAICS code is 713990 with a small business size standard of $9M.



(vii) List of line item numbers and items, quantities, and units of measure: See Attached Pricing schedule



(viii) 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.



(ix) Delivery, acceptance, and FOB point are at the contractor's facility.



(x) The provision at 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. There are no addenda to the provision.



(xi) 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, all submission requirements 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 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.



(xii) 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.



Submission Requirements: All requirements must be received in order to be considered technically acceptable.

-Completed Pricing schedule: Refer to the attached RFQ Fillable Requirement for structure of pricing schedule

-Acknowledgement of Statement of Work requirements

-Most Recent Lead Testing results in accordance with OSHA

-Applicable fill in clauses and provisions located throughout the Combined synopsis and the attached RFQ fillable requirements

-Subcontractor Agreement if Applicable



(xiii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. There are no addenda and a statement regarding any addenda to the clause.



(xiv) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. There are addenda to the clause. The following FAR clauses cited in the clause are applicable to the acquisition: See Terms Attachement


Attachments/Links
Contact Information
Contracting Office Address
  • 6595 Springfield Center Drive
  • Springfield , VA 20598
  • 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 >