Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

L -- Horseshoeing - Farrier Services

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
112920 — Horses and Other Equine Production
 
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
ELC-06-0011
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. Solicitation Number ELC-06-0011 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This is a 100% Set-ASIDE FOR SMALL BUSINESS. One contract is anticipated to be awarded as a result of this synopsis. The NAICS code for this action is 112920 with a size standard of $75 million. The anticipated contract will be for a base period from October 1st, 2005 thru September 30th, 2006 with three option years. The Department of Homeland Security, Bureau of Customs and Border protection has a requirement for the following item: CLIN 00010 Quantity: 1 AU. Non-personal Services for Farrier Service for approximately (25) horses within the Imperial County. Contractor will provide all labor, supervision, equipment and supplies, for (25) horses owned by the United States Border Patrol, El Centro Sector Horse Patrol as stated in the Scope of Work (SOW). $_______________Per Month. CLIN 00020 First Option Year. $_______________Per Month. CLIN 00030 Second Option Year. $_______________Per Month. CLIN 00040 Third Option Year. $_______________Per Month. SCOPE OF WORK PURPOSE: It is the purpose of these specifications to establish the guidelines and parameters for the farrier service to be performed on twenty-five (25) horses for the U.S. Border Patrol El Centro Sector Horse Patrol Unit. The number of horses may increase or decrease according to the mission requirements. The contractor shall provide the listed services as needed for the duration of this contract. The contractor is responsible for any costs or damages suffered to the Government (i.e. veterinary costs, etc) that is a result of negligence within a two-day period after farrier service. SHOEING: For the purposes of this contract, the term ?shoeing? shall mean the actual shoeing of the horses that are part of the Horse Patrol Unit. The contractor shall remove the current shoes, trim the hooves as needed, and replace the shoes with new shoes of the specified type. The old shoes will be examined to determine if any other corrective measures should be taken to prevent injury or hoof illness of each horse. If the contractor determines or recommends corrective measures be taken, the contractor will immediately contact the Contracting Officer Technical Representative (COTR) for authorization to perform additional services. The contractor must have the ability to provide corrective and therapeutic shoeing. Said Contractor will be able to repair hoof injuries such as split hooves or cracks. The contractor will supply all necessary materials. Should any horse lose a shoe(s) within three weeks after a replacement service, the shoe shall be replaced/repaired at no charge. Proper disposal of the old shoes will be the responsibility of the contractor. HOOF HEALTH: The contractor shall keep informed of the latest research and development on hoof care technology. Upon shoeing any USBP horse, the contractor will examine each horse?s hooves for general health issues. Should the contractor find any sign of illness or injury to the hoof area, it must be reported to the COTR of the Unit immediately. Some areas of concern with the general health of the hooves are thrush, abnormal wear, stone bruises, cuts or abrasions, etc. No additional work will be performed until the COTR has given approval except in emergency situations. SERVICE SCHEDULE: At the current time, the established time period between farrier services is four to six weeks. This time frame will be monitored by both the contractor and the COTR responsible for the Unit and adjusted as needed. The contractor shall not change the schedule for services without prior notification and approval of the COTR responsible for the Unit. BILLING: The contractor shall prepare a detailed invoice to include name, Property Control Number (PCN), description, date of service and charges per horse upon completion of services. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Place of Performance: Actual location for service will be disclosed to interested parties upon award. General location is Imperial County; El Centro, CA. The following clauses and provisions apply to this solicitation: Provision at 52.212-1 Instructions to Offerors-Commercial and 52.212-2 Evaluation?Commercial Items (Jan 1999). 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 shall be used to evaluate offers: (1) Technical Capabilities (Contractor shall be a graduate of a recognized/reputable farrier school. Contractor must be a current member of the American Farrier?s Association. Contractor shall have the ability to provide corrective and therapeutic shoeing. Contractor shall be able to repair hoof injuries such as split hooves or cracks.) (2) Past Performance (Contractor shall have a minimum of fifteen (15) years of professional horseshoeing experience) (3) Price PROVISION 52.212-3 Offeror Representations and Certification-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 Conditons required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation. These provisions and clauses are incorporated by reference. 52.217-5 and 52.217-9 Option to Extend the Term of the Contract applies. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). All quoted for this solicitation must quote a price for the base period and the three option years, subject fo FAR 52.232-19 Availability of Funds for the Next Fiscal Year. 52.204-7 Central Contractor Registration and 52.204-8 Annual Representations and Certifications. The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.252-1 Solicitation Provisions Incorporated by reference, HSAR 3052.242-72 Contracting Officer?s Technical Representative, HSAR 3052.228-70 Insurance. The full text of a solicitation provision may be accessed electronically at http://www.arnet.gov/far. Offers in response to this combined synopsis/solicitation are due not later than Friday September 9th, 2005 at 2:00 PM Pacific Time at: Department Homeland Security, Customs and Border Protection, El Centro Sector Headquarters, 1111 N. Imperial Avenue, El Centro, CA 92243, Attn: Cindie Walker. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact Cindie Walker at 760-352-3241 x163 or email, cindie.walker@dhs.gov. Offeror is requested to submit quotes via e-mail; however, facsimile copies are acceptable at 760-335-3418.
 
Place of Performance
Address: U.S. Department of Homeland Security, Bureau of Customs and Border Protection, U.S. Border Patrol, El Centro Sector Headquarters, 1111 N. Imperial Ave., El Centro, CA,
Zip Code: 92243
Country: US
 
Record
SN00880130-W 20050828/050826211521 (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.