Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

R -- Kenneling Detroit Michigan

Notice Date
3/8/2005
 
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-06
 
Response Due
3/15/2005
 
Archive Date
3/30/2005
 
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-06. 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 9 March 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, Detroit, MI. This combined synopsis/solicitation notice for services to provide kenneling for approximately eleven (11) canines on an as-needed basis. The number of canines may increase or decrease according to the demands of their service. See Statement of Work for details of services. The anticipated contract will be for a base period (from 06/01/2005 to 09/30/2005) and one option year (10/01/05 through 09/30/06). All quotes for this solicitation must quote a price for the base period and the option year. Quotes must be provided in terms of price per canine per day. 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: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 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); 52.232-19 Availability of Funds for the Next Fiscal Year; 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 (for the Counties of Genesee, Lapeer, Macomb, Monroe, Oakland, St. Clair and Wayne of the State of Michigan) of $12.98 per hour per Department of Labor Wage Determination Number 94-2273 Rev. 27. Animal caretaker employees that are covered by a Collective Bargaining Agreement shall be paid the wages determined by the agreement effective during the period(s) of service. Award will be made to the technically acceptable, responsible/responsive contractor who provides the best overall value to the Government. Technically acceptable includes passing inspection conducted by local technically qualified CBP Canine Enforcement officer and Performance evaluation information. The Canine Enforcement officer will inspect for overall cleanliness and safety for the canines, and the ability of the vendor to provide a healthful and restful home for these working canines. 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). The cost of services will be a factor, as well as the cost of using the vendor. This can include mileage to and from the vendor?s location, driving time (and how that is affected by traffic conditions, etc.), any associated tolls, etc. Twenty four-hour, independent access by the Canine Enforcement officer is mandatory. If parking is required in the statement of work, the parking must be secure parking and have sufficient spaces for Canine officers to leave private or Government vehicles when picking up or returning the canines. The selected vendor must ensure that the presence of CBP canines remains confidential, not to be discussed with anyone other than CBP and the vendor employees caring for the canines. All of these evaluation factors are approximately equal to the cost or price of the services alone. Each quote will be evaluated independently. No mergers of solicitations will be accepted. The successful bidder will be required to register with Central Contractor Registration (www.ccr.gov) and will be paid via electronic funds transfer. Quotes are due by 5:00 p.m. Eastern Standard Time on March 15, 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: Detroit, Michigan area.
 
Place of Performance
Address: Detroit, Michigan area
Zip Code: 48242
Country: U.S.
 
Record
SN00764254-W 20050310/050308211522 (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  © 1994-2020, Loren Data Corp.