Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOLICITATION NOTICE

R -- Houston Kenneling

Notice Date
1/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
812910 — Pet Care (except Veterinary) Services
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, National Acquisition Center, 6026 Lakeside Boulevard, Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
HSBP1105RFQ-04
 
Response Due
1/28/2005
 
Archive Date
2/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for services 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. Quotations are requested and a written solicitation will not be issued. The solicitation number is HSBP1105RFQ-04. This solicitation is being issued as a Request for Quotation and will be posted at Fed Biz Opps (http://www.fedbizopps.gov) electronically on or about 21 January 2005. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This requirement is solicited as a Small Business Set-aside. The NAICS code is 812910 with a size standard of $6 million. Contractors are still required to identify their company?s business size even though unrestricted via their representations and certifications. Services performed for: Customs and Border Protection, Canine Enforcement Unit, George Bush International Airport, Houston, TX. This combined synopsis/solicitation notice for services to provide kenneling for approximately 16-20 canines on an as-needed basis. The number of canines may increase or decrease beyond these parameters according to the demands of their service. This will include boarding and baths. CBP will pay only for actual days used. Vendor will provide dog food in accordance with standards in the Statement of Work. Vendor will provide personnel and transportation for emergency medical trips on an as-needed basis. Vendor will provide canines with dips and baths on an as-required basis. See Statement of Work for details of services. The anticipated contract will be for a period from 10/01/2004 to 09/30/2005 or from acceptance of offer to 9/30/2005. Quotes should be submitted in terms of a daily rate per canine. Provisions at 52.212-1 Instructions to Offerors-Commercial are applicable to this requirement. Evaluation procedures described below. 52.212-3 Offeror Representations and Certifications-Commercial Items should be submitted with the Contractor?s responses/quotes. 52.212-4 Contract Terms and conditions applies to this requirement with the following addendum: 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.22-26 Equal Opportunity (APR 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Viet Nam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.225-1 Buy American Act Supplies (JUN 2003) (41 U.S.C. 10a-10d); 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003); 52.225-16 Sanctioned European Union Country End Products (FEB 2000) (E.O. 12849); 52.232-29 Terms of Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 2307(f)); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration; and 52.204-7 Central Contractor Registration. These provisions and clauses are incorporated by reference. The Service Contract Act of 1965 as amended applies to this requirement. Quotes shall incorporate the minimum wage for Animal Caretaker (Occupation code 99020) for Houston area counties of $8.21 per hour per Department of Labor Wage Determination Number 94-2051 Rev. 25. Award will be made to the technically acceptable, responsible/responsive contractor who provides the best value to the Government. Technically acceptable includes passing inspection conducted by local technically qualified CBP Canine Enforcement officer and Performance evaluation information. Performance evaluations shall be conducted against the Evaluation Criteria (Statement of Work). Contact the contract specialist shown below for a copy of the Statement of Work. Contractors are required to provide (before the closing date and time) past performance information which shall include the following: Contract number for a contract that has been active within the last two years; dollar amount of the award; performance period; place of performance; name of company or Government Entity for whom the work was done or is being done; the names and telephone numbers of the contracting officer and the technical point of contact (canine officer or COTR). Each quote will be evaluated independently. No mergers of solicitations will be accepted. Past Performance Information Survey The following criteria will be evaluated for this solicitation and will become a part of the contractor?s technical acceptance evaluation. Quality of Service 1. Compliance with contract requirements: 0 1 2 3 4 5 2. Technical Excellence: 0 1 2 3 4 5 Rating Guidelines: 0: Unsatisfactory?Contractor not in compliance and is jeopardizing achievement of contract objectives. 1: Poor?Major problems have been encountered. 2: Fair?Some problems have been encountered. 3: Good?Minor inefficiencies/errors have been identified. 4: Excellent?Contractor is in compliance with meeting contract requirements and/or delivers quality products/services. 5: Outstanding?Contractor demonstrated outstanding performance level. B. Timeliness of Performance 1. Reliability: 0 1 2 3 4 5 0: Unsatisfactory?Contractor delays are jeopardizing performance. 1: Poor?Contractor is having major difficulty meeting a reasonable delivery time. 2: Fair?Contractor is having some problems meeting a reasonable delivery time. 3: Good?Contractor is usually effective in meeting a reasonable delivery time. 4: Excellent?Contractor is effective in meeting a reasonable delivery time. 5: Outstanding C. Business Relations 1. Reasonable/Cooperative Behavior: 0 1 2 3 4 5 2. Responsive to Contract Requirements: 0 1 2 3 4 5 3. Notification of Problems: 0 1 2 3 4 5 0: Unsatisfactory?Response to inquiries, technical/service issues is not effective. 1: Poor?Response to inquiries, technical/service issues is marginally effective. 2: Fair?Response to inquiries, technical/service issues is somewhat effective. 3: Good? Response to inquiries, technical/service issues is usually effective. 4: Excellent?Response to inquiries, technical/service issues is effective. 5: Outstanding Quotes are due by 5:00 p.m. Eastern Standard Time on January 28, 2005. Facsimile Quotes are acceptable to 317-298-1244, attn: Susan Knose. Telephone contact: 317 614 4589. E-mail quotes are acceptable to: Susan.Knose@dhs.gov Place of Performance: Houston, TX
 
Place of Performance
Address: Houston, TX
Country: U.S.
 
Record
SN00737266-W 20050122/050120211510 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.