Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2005 FBO #1291
SOLICITATION NOTICE

R -- RFQ HSBP1005Q0441 NCO HPU Farrier Services

Notice Date
6/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
812910 — Pet Care (except Veterinary) Services
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
RFQHSBP1005Q0441
 
Response Due
6/27/2005
 
Archive Date
7/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for horse farrier 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSBP1005Q0441 and this solicitation is issued as a request for quote. The Closing Date and Time for this solicitation is June 27th, 2005 at 3:00 PM EST Time. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. 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. The description of the requirements is located in the Statement of Work. Services performed are for: Customs and Border Protection; Naco Border Patrol Station; Horse Patrol Unit; 2136 S. Naco Highway; Bisbee, AZ 85603. Actual location will be disclosed to interested parties upon award. General location is Bisbee, AZ. This combined synopsis/solicitation notice for horse farrier services is for approximately twenty (20) horses. The number of horses may increase or decrease according to the mission requirements. See Statement of Work for details. The anticipated contract will be for a base period from the date of award until close of fiscal year at 09/30/2005 plus three option years. Evaluation of Options 52.217-5 and 52.217-9 Option to Extend the Term of the Contract applies. All quotes for this solicitation must quote a price for the base period and the three option years, subject to FAR 52.232-19 Availability of Funds for the Next Fiscal Year. Availability of Funds for the Next Fiscal Year(Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2005. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2005, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Provisions at 52.212-1 Instructions to Offerors-Commercial and 52.212-2 Evaluation-Commercial Items (Jan 1999) as amended. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors along with the price shall be used to evaluate offers: 1) Quality of Service 2) Timeliness of Performance 3) Business Relations. Each proposal will be evaluated independently. No mergers of solicitations will be accepted. Contact the contract specialist shown below for a complete copy of this solicitation including the Statement of Work and Past Performance Evaluation Form (PPEF). Offerors are required to use the provided PPEF form for three (3) different references. PPEF forms are required to be turned in before the closing date and time of the solicitation. New Offerors without previous work history will not be evaluated on Past Performance however their offer should state reason for no work history and address each of the evaluation factors listed in their proposal. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items should be submitted with the Contractor's responses/quotes. Clause 52.212-4 Contract Terms and conditions-Commercial Items and clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation. These provisions and clauses are incorporated by reference. Complete offers will be accepted in any format. Information regarding this solicitation shall be directed to Tracy Kuiper, Tracy.Kuiper@dhs.gov Phone 520-670-6871 extension 2313. Email preferred, full solicitation and Statement of Work will be sent by email. Outstanding Proposals are due by 3:00 PM Eastern Standard Time on June 27, 2005. Facsimile Proposals 52.215-5 are acceptable, fax to 520-883-0628, Attn: Tracy Kuiper. All submitted proposals shall be by facsimile or E-mail to: Tracy.Kuiper@dhs.gov. Place of Performance: Cochise County; Bisbee, AZ This contract is for a base year starting upon contract award until September 30, 2005 and 3 Option Year periods as follows: Base Year: Contract Award Date through September 30, 2005 Option Year I: Oct 1, 2005 through Sep. 30, 2006 Option Year II: Oct 1, 2006 through Sept 30, 2007 Option Year III: Oct 1, 2007 through September 30, 2008 The contract awardee will perform horse farrier services according to the below Statement of Work for Naco Border Patrol Station. The designated Contracting Officer's Technical Representative (COTR) at Naco Border Patrol Station is Sandi Goldhamer. STATEMENT OF WORK: FARRIER SERVICES FOR THE NCO STATION The Mounted Horse Patrol Unit of the Naco Station currently has twenty (20) horses assigned to it. As such, caring for the horses, maintaining the facilities and having agents available for farrier services has become very expensive and taxing on the unit?s ability to maintain the maximum number of agents in the field to perform their official duties. The station does not currently have a designated or contracted farrier to provide shoeing for the horses. Employing a contractor would eliminate the need for the unit supervisor to seek out a farrier every five to eight weeks to shoe the station?s horses. A contract farrier would be held accountable for a guaranteed work product whereas a non-contract farrier limits his work to a very limited guaranty and would most likely charge a mileage fee to refit a shoe. A disadvantage noted in soliciting a different farrier every shoeing cycle is that the farrier does not have the opportunity to ?learn? each horse and become familiar with its shoeing needs. This lends itself to many an animal becoming lame, thus being placed out of service until it heals. Some injuries due to lameness can permanently disable an animal, costing the agency in veterinary services and ultimately having to replace the animal. The advantages to having a contract farrier is that he/she would become familiar with each of the animals and have an understanding of each of their shoeing needs. A contract farrier would be required to comply with standards established by the agency or risk losing the contract award. A contractor would be responsible for providing all labor, supervision, equipment, supplies, training, and transportation in order to provide services at a specified site. The following are minimum requirements for farrier services: Farrier: Shoe horses every four to eight weeks by certified farrier. (Farrier should possess a certificate from a recognized Farrier Training Facility) If a shoe is lost ? replacement will be in a timely manner (within 24 hours) The farrier shall perform his/her work, 7-days per week, between the hours of 7:00am ? 5:00pm. Shall correct any discrepancies noted, as directed by the COTR or HPU SBPA, within a three day period after receipt of services at no additional cost to the Government. Shall maintain an approved Hoof Management and Maintenance Schedule (Final approval on any maintenance schedule shall be approved by the unit supervisor.) Shall have a minimum of three years experience at a journeyman level and be in compliance with all applicable state and local regulations. Note: (1) Vendor is responsible for any costs or damages suffered to the Government (i.e. veterinary costs, etc) that is a result of negligence within a three-day period after Farrier service. The COTR, Contracting Officer and HPU SBPA will determine negligence. (2) Shoeing locations may be changed, added or deleted throughout the contract period. Contract Invoice: Mail 2 copies of Invoice: 1 copy to address in Block 21 of contract. 1 copy to: Dept of Homeland Security Customs & Border Protection US Border Patrol TCA HDQTRS ATTN: Procurement 1970 West Ajo Way Tucson, AZ 85713
 
Place of Performance
Address: Bisbee, AZ
Zip Code: 85603
Country: U.S.
 
Record
SN00823825-W 20050609/050607211520 (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.