Washington Metro Shoot House
ID: 70T05024Q6115N008Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONMISSION ESSENTIALSSpringfield, VA, 20598, USA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

LEASE/RENTAL OF RECREATIONAL BUILDINGS (X1FB)
Timeline
    Description

    The Department of Homeland Security, through the Transportation Security Administration (TSA), is seeking qualified contractors to provide firing range services located within 50 miles of Springfield, Virginia. The procurement aims to facilitate mandatory firearms training and quarterly qualifications for TSA personnel, requiring a live-fire training facility with at least 10 distinct firing positions, compliance with local, state, and federal regulations, and adequate facilities for firearms cleaning and training. This initiative underscores TSA's commitment to maintaining high training standards while ensuring safety and environmental compliance. Interested contractors must submit their quotes by September 11, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines critical provisions incorporated by reference in government solicitations, serving as a guide for offerors responding to requests for proposals (RFPs). It emphasizes that provisions will be enforced as if included in full text, requiring offerors to complete specific blocks and submit relevant information with their proposals. Key provisions referenced include the System for Award Management, tax representation, and certifications regarding responsibility matters. The document specifically addresses the prohibition against contracts with inverted domestic corporations, necessitating the offeror’s self-representation on their corporate status. Furthermore, it outlines the responsibilities of offerors to provide accurate information about any past debarments or convictions that could affect their eligibility for contract awards. The importance of maintaining truthful statements is paramount; false representations may lead to severe repercussions, including contract termination. In summary, this solicitation provision structure ensures transparency and accountability in government contracting, stressing the necessity for thorough compliance with specified requirements to promote fair and responsible procurement practices.
    This government document details a Request for Proposal (RFP) for firing range services, outlining specific Contract Line Item Numbers (CLINs) and their respective periods of performance. The services are structured over three operational periods: a base period from September 30, 2024, to July 31, 2025, lasting 76 days; followed by two optional years from August 1, 2025, to July 31, 2027, each lasting 100 days. Additionally, there are optional monthly storage services available for the same time frames. Key elements include specified daily and monthly rates for the services, though these financial details are left blank for bidding purposes. The document serves as a guideline for potential contractors in responding to the RFP, focusing on providing firing range services and storage management for the stated timeframes. This demonstrates the government's intention to procure specialized services, adhering to necessary operational standards and ensuring compliance for effective service delivery within the specified periods.
    The Transportation Security Administration (TSA) seeks a contractor for firing range services located within 50 miles of Springfield, VA, to conduct mandatory firearms training and quarterly qualifications. The range must adhere to local, state, and federal regulations, particularly concerning lead exposure and OSHA compliance. Key requirements include a live-fire training facility with at least 10 distinct firing positions, adequate disposal of contaminants, and compliant emergency egress paths. The range should also provide facilities for firearms cleaning, accessible parking, restrooms, and a classroom. TSA will utilize the range for approximately 640 hours annually, with flexibility for additional hours as needed. Compliance with safety and operational standards is essential; failure to meet regulations may result in contract termination. This initiative reflects TSA's commitment to maintaining high training standards for its personnel while ensuring regulatory compliance in safety and environmental impact.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WFO Firing Range Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified vendors to provide indoor firing range services in Chantilly, Virginia. The procurement aims to secure a facility that meets local, state, and federal regulations, including compliance with lead exposure and OSHA standards, and is equipped with a minimum of 10 distinct firing positions and classroom space for training purposes. This contract is crucial for ensuring TSA personnel receive safe and effective live-fire training, with an expected usage of approximately 800 hours annually. Interested contractors must submit their quotes by September 12, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.
    6930--Non-Projectile Firearm Tactical Training System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from qualified vendors for a non-projectile firearm tactical training system intended to enhance training for officers and employees in active shooter scenarios at the VA Roseburg Health Care System in Oregon. The system must feature realistic weapon options, be safe for indoor use, simulate stress-inducing scenarios, and include capabilities for data recording and analysis. Interested vendors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), are invited to submit a capability statement and a courtesy market research quote by 3:00 PM PST on September 19, 2024, to the Contract Specialist, Krystle Avery, at Krystle.Avery@va.gov. This notice is for market research purposes only and does not constitute a request for quotation or guarantee of a contract.
    COMMERCIAL LEAD TRAINING AMMUNITION (CLTA)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking manufacturers to provide Commercial Lead Training Ammunition (CLTA) through a solicitation for multiple firm-fixed-price contracts. The procurement aims to fulfill the ammunition needs for FLETC's training programs, which can vary based on student load, with a minimum guarantee of 1,000 rounds per contract per year and a maximum total value of $40 million over the life of the contracts. This ammunition is critical for law enforcement training, ensuring that personnel are equipped with reliable and effective training resources. Interested bidders must submit their proposals by September 3, 2024, at 1:00 PM Eastern Time, and direct any inquiries to Sheryle Wood at sheryle.wood@fletc.dhs.gov.
    LE-FAMS Tactical Gear/Equipment (Brand Name)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking quotes from qualified 8(a) Program Participants for the procurement of tactical gear and equipment for the Law Enforcement Federal Air Marshal Services (LE-FAMS). This procurement aims to acquire specialized brand-name items, including ballistic armor plates and communication devices, essential for enhancing operational efficiency and safety in transportation security operations. The contract will be awarded based on a Lowest Price Technically Acceptable evaluation process, with firm fixed-price quotes due by 12:00 PM EST on September 23, 2024. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can direct inquiries to Contracting Officer Chantay Lynch at Chantay.Lynch@tsa.dhs.gov or by phone at 609-813-3040.
    Transportation Security Administration’s Open Architecture Initiatives
    Active
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    Inveris Training Solutions Firearm Training Simulator (FATS) 100MIL Simulator System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of the Inveris Training Solutions Firearm Training Simulator (FATS) 100MIL Simulator System under solicitation number FA252124QB189. This procurement aims to enhance training capabilities for military personnel at Patrick Space Force Base in Florida by providing an advanced virtual training system that allows for safe and efficient marksmanship practice and scenario engagement without the need for physical ammunition. The initiative aligns with the security forces enterprise plan to standardize training practices and improve operational readiness. Interested vendors must submit their quotes and any inquiries by the specified deadlines, and they can contact TSgt Colleen Toman at colleen.toman.1@spaceforce.mil or 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil for further information.
    Request for Information, Air Cargo Screening Qualification Test Qualification Process Guide
    Active
    Homeland Security, Department Of
    Special Notice: Department of Homeland Security, Department of Transportation Security Administration is requesting information for the Air Cargo Screening Qualification Test Qualification Process Guide. The purpose of this document is to provide information about the Transportation Security Administration (TSA) Air Cargo Screening Qualification Test (ASCQT) process. This process is for Original Equipment Manufacturers interested in listing their air cargo screening devices on the TSA Air Cargo Screening Technology List (ACSTL). Air cargo transported on passenger aircraft in the United States must be screened similar to passenger checked baggage. TSA has established a qualification process to test and evaluate screening equipment to ensure it meets the standards mandated by the U.S. Congress. Devices that pass the qualification test will be placed on the ACSTL for regulated parties to use when purchasing or leasing air cargo screening equipment. This Request for Information (RFI) includes updates such as the inclusion of Visual Image inspection devices as a technology qualification group, the addition of "Fast Parcels" as a commodity type, descriptions of high-level requirements applicable to all ACSTL technology qualification groups, and expanded clarification of the Explosive Detection System (EDS) qualification process steps. The place of performance for this procurement is Arlington, VA, with the zip code 20598, in the United States. The service being procured is the qualification process for air cargo screening devices to be listed on the TSA Air Cargo Screening Technology List. This process ensures that air cargo transported on passenger aircraft in the United States is screened appropriately, similar to passenger checked baggage.
    PSO Services throughout Massachusetts, Rhode Island & Connecticut
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services across Western Massachusetts, Rhode Island, and Connecticut. The procurement aims to secure armed PSO services to protect federal personnel and property at various locations, with a total estimated requirement of 1,537,500 service hours over a five-year period, from May 1, 2025, to April 30, 2030. This opportunity is structured as a Total Small Business Set-Aside, emphasizing the importance of technical capabilities and quality of service over price, with a minimum contract guarantee of $100,000. Interested small businesses must submit proposals by October 14, 2024, and can direct inquiries to primary contact Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov or secondary contact Todd Wanner at todd.m.wanner@fps.dhs.gov.
    NON-LETHAL TRAINING AMMUNITION (NLTA)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Glynco, Georgia, is seeking manufacturers to provide non-lethal training ammunition (NLTA) under a multiple Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to fulfill the ammunition needs based on fluctuating student loads, with a minimum guarantee of 1,000 rounds per contract per year and a maximum of 2 million rounds annually, totaling up to 10 million rounds over the contract's life, estimated at $8 million. This ammunition is critical for training purposes within federal law enforcement agencies, ensuring that personnel are adequately prepared for their duties. Interested manufacturers must submit technical proposals by September 23, 2024, with inquiries directed to Sheryle Wood at sheryle.wood@fletc.dhs.gov.
    Specialized Litigation Training
    Active
    Homeland Security, Department Of
    Special Notice: Department of Homeland Security, Department of Transportation Security Administration intends to contract for Specialized Litigation Training provided by the National Institute for Trial Advocacy (NITA). This training is scheduled to take place in Atlanta, GA, USA on January 29-30, 2024. NITA is the only training vendor that offers this specialized litigation training. The contract will be awarded to NITA, located in Louisville, CO. This training will be tailored specifically for TSA employees and will be conducted in conjunction with other meetings. This procurement is being conducted using other than full and open competition under the authority of FAR 6.302. Interested vendors may express their interest and capability to respond to the requirement or submit proposals, although this notice is not a request for competitive proposals. The decision to compete this contract will be at the discretion of the Government. Interested vendors seeking subcontracting opportunities should contact NITA directly.