Virginia Bids > Bid Detail

U014--VAPD FIREARMS TNG & QUAL - POP (05/01/2024 - 04/30/2025)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159219718342457
Posted Date: Apr 12, 2024
Due Date: Apr 26, 2024
Solicitation No: 36C26224Q0632
Source: https://sam.gov/opp/fb8e857d54...
Follow
U014--VAPD FIREARMS TNG & QUAL - POP (05/01/2024 - 04/30/2025)
Active
Contract Opportunity
Notice ID
36C26224Q0632
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 11, 2024 08:27 pm PDT
  • Original Date Offers Due: Apr 26, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U014 - EDUCATION/TRAINING- SECURITY
  • NAICS Code:
    • 611699 - All Other Miscellaneous Schools and Instruction
  • Place of Performance:
    Department of Veterans Affairs VA Greater Los Angeles Healthcare System(VAGLAHCS) Los Angeles , 90073-1003
    USA
Description
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03.

This solicitation is set-aside for Small Business competition.

The associated North American Industrial Classification System (NAICS) code for this procurement is 713990, with a small business size standard of $25.0 Million.
The FSC/PSC is X1PA.

The VA Greater Los Angeles Healthcare System (VAGLAHCS), West Los Angeles Medical Center (WLA VAMC) Police Department, 11301 Wilshire Blvd, B500, Los Angeles, CA 90073-1003, is seeking to purchase annual range rental and storage container rental for all firearms qualifications and re-qualifications to test department members in firearms instruction, from the VA Greater Los Angeles Healthcare System (VAGLAHCS) Police Department, in accordance with the Statement of Objectives (SOO), and all VA, local, state, and Federal policies, and regulations.

All interested companies shall provide quotations for the following:

Supplies/Services
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Container and range rental for VAPD firearms qualification
12
MO
1001
Container and range rental for VAPD firearms qualification
12
MO
2001
Container and range rental for VAPD firearms qualification
12
MO
3001
Container and range rental for VAPD firearms qualification
12
MO
4001
Container and range rental for VAPD firearms qualification
12
MO

Contract Title

VAPD Firearms Training & Qualifications.

Background

The VA Greater Los Angeles Healthcare System (VAGLAHCS) requires the use of a shooting range for annual range rental and storage rental for firearms qualifications of the VA Greater Los Angeles Healthcare System (VAGLAHCS) Police Department, in accordance with the Statement of Objectives (SOO), and all VA, local, state, and Federal policies, and regulations.

Objective

The objective of this service contract is to have a contractor to furnish all labor, materials, supplies, tools, equipment, parts, software (needed for the general operation of the equipment), travel, ICRA Barriers, supervisors, and qualified personnel to perform annual range rental and storage container rental for the Greater Los Angeles VA Police Department to have all firearms qualification and re-qualification to test department members in firearms instruction, as per below scope.

Scope

The contractor shall provide all labor, materials, supplies, tools, equipment, parts, software (needed for the general operation of the equipment), travel, ICRA Barriers, supervisors, and qualified personnel to accomplish the tasks outlined in this SOO. Contractor is responsible for all subcontractors required to complete reports.

All work shall be performed during pre-arranged hours unless otherwise approved by the COR or his/her designee.

VENDOR TASKINGS/PERFORMANCE
Range Rental (Container Rental)
Vendor will provide a 15 x 15 ft space or equivalent inside of a container for storage of VAPD firearms equipment and supplies.
Vendor must work with VAPD on an annual calendar of days the range will be available to include day/evening/nights availability.
Vendor must provide availability Monday through Sunday excluding holidays.
Vendor must provide onsite coverage for all day/evening/night shifts.
Vendor must coordinate dates with the VA COR.
Range Rental
Vendor must work with VAPD on an annual calendar of days the range will be available to include day/evening/nights availability.
Vendor must provide availability of the range Monday-Sunday excluding federal holidays.
Vendor must coordinate dates with the VA COR.

SALIENT CHARACTERISTICS
15 X 15 or equivalent of space in a storage container, locked, for firearms, equipment, and supplies.
Ability to provide range rental 24 hours a day, 7 days a week excluding holidays.
Outdoor ranges where mobile VA GLA Police Training can take place.

Security Requirements

The C&A requirements do not apply, and Security Accreditation Package is not required.

This service does not involve Contractor connection of one or more contractor-owned IT devices (such as laptop computer or remote connection from a contractor system) to a VA internal trusted (i.e., non-public network) therefore Information Technology (IT) Security certification and accreditation (authorization) (C&A) requirements do not apply per VA Handbook 6500.6.
The Contractor shall inform the COR prior to adding or removal of equipment along with providing documentation for both equipment added or removed.
The Contractor shall treat all deliverables under the contract as property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as determined to be in public interest.
The Contractor shall not create or maintain any records containing any government Agency records that are not specifically tied to or authorized by the contract.
The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
No photography of VA staff is allowed without written permission of the Contracting Officer.

Period of Performance

Work Hours

Work performed outside the pre-arranged hours of coverage must be approved by the COR or his/her designee.

All time shall be approved in advance by the Contracting Officer s Representative (COR). Allow 5-days for approval of any alternate working hours needed.

Federal Holidays

New Year s Day
January 01
Martin Luther King s Birthday
Third Monday in January
President s Day
Third Monday in February
Memorial Day
Last Monday in May
Juneteenth
June 19
Independence Day
July 04
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veterans Day
November 11
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25

If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America.

Identification, Check-in, Parking, and Smoking Regulations

Identification

The vendor's employees shall wear visible identification at all times while on VAGLAHCS premises. Contractor employees shall report to VA Police upon entry to the VAGLAHCS facility to get a visitor badge. Contractor employees are required to be escorted by the COR or designee s office once on campus prior to commencement of work. During emergencies contractor personnel shall check in with VAGLAHCS Police if the VAGLAHCS COR or designee is not available.

Parking

It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations.

Smoking

Veterans Health Administration (VHA) Directive 1085, dated March 5, 2019, provides a comprehensive smoke-free policy for patients, visitors, contractors, volunteers, and vendors, at the Department of Veterans Affairs (VA), Veterans Health Administration (VHA) health care facilities. This updated VHA directive implements a smoke-free policy for patients, visitors, contractors, volunteers, and vendors at VA health care facilities, as defined in this directive, based on scientific evidence regarding the adverse health effects of secondhand and thirdhand smoke exposures.

The Assistant Deputy Under Secretary for Health for Administrative Operations (10NA) and the Assistant Deputy Under Secretary for Health for Clinical Operations (10NC) are responsible for the contents of this directive. Questions may be referred to VHA Smoke Free: vhasmokefree@va.gov.

This VHA directive is scheduled for recertification on or before the last working day of March 2024. This VHA directive will continue to serve as national VHA policy until it is recertified or rescinded.

Weapons and Contraband

Possession of weapons or contraband is prohibited and shall be subject to arrest and termination from future performance under this contract. Enclosed containers, including tool kits, shall be subject to search. Violations of VAGLAHCS regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.

Safety

All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VAGLAHCS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract.

Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property.

Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137.

Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely.

Contractor Personnel

Contractor s Program Manager

The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract.

Contractor s Employees

The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population.

Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC).

Contractor Qualifications & Other Responsibilities

Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government.

The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer.

Insurance Coverage

The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract.

The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract.

Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer.

Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award.

Invoicing and Payment

Overtime & Holiday Pay

Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government.

Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein.

Invoices

Payment of services rendered under this contract shall be made in arrears upon satisfactory completion of each service and receipt of a properly prepared invoice and submitted by the Contractor to the payment address specified by Contracting. Invoices shall reference the Contract Number and Purchase Order Number, Manifest Number(s), provide a complete and accurate description of services/ supplies delivered/ rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes.

The Government shall not authorize payment until such time that the VAGLAHCS COR all properly executed and signed documentation.

No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i). Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract.

Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required.

The purchase order period of performance is 05/01/2024 04/30/2029.

FOB is origin for this solicitation.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023)
ADDENDUM to FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) applies to and is included with this acquisition.
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.204-6, Unique Entity Identifier, (OCT 2016)
FAR 52.217-5, Evaluation of Options, (JUL 1990)
VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (FEB 2024)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023)
ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition.
FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.217-8, Option to Extend Services (NOV 1999)
FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)
VAAR 852.203-70, Commercial Advertising (MAY 2018)
VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (NOV 2022)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (FEB 2024)
The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (5), (7), (9), (12), (18), (26), (29), (33), (34), (35), (36), (37), (38), (39), (40), (48), (51), (55), (62), (c)(1), (2), (3), (7), and (8).
All quoters shall submit the following: All information required by FAR 52.212-1(b) Submission of Offers. As a minimum, offers must show-
The solicitation number;
The time specified in the solicitation for receipt of offers;
The name, address, and telephone number of the offeror;
A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
Terms of any express warranty;
Price and any discount terms;
"Remit to" address, if different than mailing address;
A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
Acknowledgment of Solicitation Amendments;
Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

All quotes shall be sent to the Network Contract Office (NCO) 22 via email to Contracting Officer Norman Napper-Rogers at Norman.Napper-Rogers@va.gov.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

Options will be evaluated at time of award.

The following are the decision factors: Price, and past performance, with price more important.

Past performance will be based on CPARS and FAPIIS ratings. No rating in CPARS is equal to a neutral rating.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoters shall list exception(s) and rationale for the exception(s), if any.

Questions shall be received no later than 04/19/2024, 10:00 AM PDT at Norman.Napper-Rogers@va.gov only. Subject line should include RESPONSE TO RFQ 36C26224Q0632.

Final submission of your response shall be received not later than 04/26/2024, 10:00 AM PDT at Norman.Napper-Rogers@va.gov only. Subject line should include RESPONSE TO RFQ 36C26224Q0632.

Submissions shall include your quote as well as a capabilities statement for the work being conducted in the SOO. Submissions not meeting all requirements of the SOO will be considered ineligible for award.

Quotes should be based on the information provided as no discussions will be allowed. This solicitation is being made under FAR 13.106-2(b)(3) using Simplified Acquisition Procedures.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact
Norman Napper-Rogers, Contracting Officer, Norman.Napper-Rogers@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 11, 2024 08:27 pm PDTCombined Synopsis/Solicitation (Original)

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 >