Federal Bid

Last Updated on 09 Mar 2011 at 9 AM
Combined Synopsis/Solicitation
Hurlburt field Florida

Bullet Trap Maintenance & Repair

Solicitation ID F2F3230216A001_McConnaughy
Posted Date 16 Feb 2011 at 9 PM
Archive Date 09 Mar 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4417 1 Socons Lgc
Agency Department Of Defense
Location Hurlburt field Florida United states

 

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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number F2F3230216A001 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49, effective 31 January 2011. This acquisition is 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 562211, and Standard Industrial Classification (SIC) code 7699. The Size Standard for NAICS 562211 is $12.5M. 

 

The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items:  

 

Contract Line Item (CLIN) 0001, Bullet Trap Maintenance and Repair service as defined in the Statement of Work. This requirement is for a period of one year with four (4) one-year option periods (12 Months each).  See attached Statement of Work for description of the requirement.

 

Delivery Terms are FOB Destination for delivery to 1SOCES, 521 Red Horse Rd, Bldg 90518, Hurlburt Field 32544-5267.


The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: SrA Steven McConnaughy, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 22 February 2010 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F3230216A001. The government reserves the right to evaluate proposals and award a contract without discussions with offerors.

Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows:

The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price.   Technical capability is approximately equal to price. 

•(1)   Price/Cost Evaluation.  Initially offers shall be ranked according to price, including any option prices (if applicable).  Each offeror's price will be evaluated for completeness and reasonableness.  Unrealistically low proposed costs/prices may be grounds for eliminating a proposal from competition either on the basis that either the offeror does not understand the requirement or the offeror has made an unrealistic proposal.

 

•(2)   Technical Evaluation.  Offers shall be evaluated independently of the cost/price proposal evaluation to determine the offeror's compliance with the technical requirements of this solicitation.  The government may make a final determination as to the technical acceptability of an offer based on the proposal as submitted without requesting any further information.  Offeror's proposals will be evaluated against the following technical factors:

 

•A.    Past Performance.  Offeror demonstrates technical competency by providing  examples of past performance on the same or similar bullet trap systems.  Each proposal shall provide current and relevant information regarding an offeror's actions under previously awarded contracts.  Offerors shall identify past or current contracts (including Federal, State, local government, and private) for efforts similar to the Government requirement as stated in this solicitation.  Furthermore, past performance shall include relevant point of contact information for each specific example provided, and shall not exceed 5 pages in its entirety. 

 

•B.     Lead Removal.  Offeror shall provide OSHA certification to work with hazardous materials to include lead.

 

•C.     24 Hour Emergency Repairs.  The offeror shall be available to make unscheduled repairs under short notice to maintain system operation.  The offeror shall respond and be on base within 24 hours of notification by the government in accordance with the statement of work.  Offeror shall submit statement of understanding and concurrence with this requirement. 

 

•D.    Preventative Maintenance.  Offeror shall provide a complete annual preventative maintenance plan to include; inspection, testing, part replacement, and lubrication. 

 

The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer.

 Offeror's technical proposal shall be submitted along with their proposal and shall not exceed 10 pages in its entirety.

 

NOTICE OF SITE VISIT

 

(a) A site visit will be conducted at 08:00 AM on  11 February 2011 at 521 Red Horse Road, Hurlburt Field, FL 32544 for the purpose of answering questions regarding this solicitation.

 

(b) Submit the names of all attendees to SrA Steven McConnaughy, [email protected], 350 Tully St, Hurlburt Field FL 32544, and 850-884-7692 prior to 1:00PM on 10 February 2011. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees.

 

(c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 1:00 PM, 14 February 2011 . Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply.

 

FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) (Deviation) also apply to this Request for Proposal.


FAR 52.212-3, Offeror Representations and Certifications (Jan 2011) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008)

Point of contact is SrA Steven McConnaughy, Contract Specialist, Phone (850) 884-7692, email: [email protected]; David P. Jesmain, Contracting Officer, (850) 884-3262, email: [email protected].

 

 

List of Attachments:



Attachment 1- Wage Determination 

WD 05-3033, Rev No. 10, 22 June 10

 

Attachment 2- Statement of Work

Dated: 21 January 11

 

Attachment 3- Bid-Schedule

Dated: 26 January 2011

 

Bid Protests Not Available

Similar Past Bids

Anniston Alabama 21 Mar 2018 at 9 PM
Hillsborough New jersey 05 Nov 2009 at 4 PM
Ohio 26 Aug 2020 at 4 AM
Location Unknown 11 Oct 2017 at 6 PM
Location Unknown 14 Sep 2011 at 8 PM

Similar Opportunities

Dallas Texas 09 Jul 2025 at 2 PM (estimated)
Oregon 11 Sep 2025 at 7 AM
Hill air force base Utah 30 Jul 2025 at 8 PM
Hill air force base Utah 30 Jul 2025 at 8 PM