Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
MODIFICATION

88 -- Horse Rental for CBP, Rio Grande Valley Sector

Notice Date
11/2/2005
 
Notice Type
Modification
 
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
CBP-RGV-6-Q-0001
 
Response Due
11/16/2005
 
Archive Date
12/1/2005
 
Point of Contact
David Torres, Purchasing Agent, Phone 956/984-3906, Fax 956/984-3959, - Horacio Valle, Contracting Officer, Phone 9569843912, Fax 9569843959,
 
E-Mail Address
david.torres1@dhs.gov, horacio.valle@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Customs and Border Protection (CBP), United States Border Patrol (USBP), Rio Grande Valley Sector (RGV), Brownsville, Texas Area is requesting a firm-fixed price quotation for the rental of horses for patrolling the Rio Grande River and surrounding areas of Cameron Counties Eastern and Southern boundaries. This is a Request for Quote (RFQ) 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 RFQ. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification Systems (NAIC) of 112920. One contract is anticipated to be awarded as a result of this RFQ. The term of the contract is 10 months with a base period starting December 1, 2005 and ending September 30, 2006. The contract will have a one-year option, for the period of October 1, 2006 to September 30, 2007. Contractor will provide horses to be utilized by Customs and Border Protection (CBP), RGV Sector (Texas), Brownsville and Fort Brown Station Border Patrol Agents to enhance 24-hour line-watch duties within Cameron Counties Eastern and Southern boundaries along the Rio Grande River and surrounding areas. Contractor should be prepared to deliver/pickup horses to meet the Services 24-hour patrolling duties which will be contingent upon weather conditions and/or varying circumstances. The following are the Contract Line Item Numbers (CLIN 10): Brownsville Station Area of Responsibility: Base Year: Rental fee for horse patrol for 320 hours per month, comprised of either 2 horses per day for 8 hours OR 4 horses per day for 4 hours totaling 16 hours per day, during inclement weather at $__________per HOUR per HORSE. (CLIN 20): Fort Brown Station Area of Responsibility: Base Year: Rental fee for horse patrol for 180 hours per month, comprised of either 6 (2 for day shift: 5-8 hours max, 2 for evening shift, 5-8 hours max, 2 reserved for inclement weather) during inclement weather at $__________per HOUR per HORSE. Option Period ?Brownsville Station: Rental of horses for horse patrol, requirement remains the same, during inclement weather at $__________per HOUR per HORSE. Option Period ? Fort Brown Station: Rental of horses for horse patrol, requirement remains the same, during inclement weather at $__________per HOUR per HORSE. Note: The management of the station will determine the number(s) of horses, the area(s) of operation and time of day that the horses will be utilized. Payment for the additional horses will be made at the Vendor?s per hour rate. CONTRACTOR SHALL PERFORM AND ADHERE TO THE FOLLOWING MINIMUM STANDARDS FOR THE USBP: Based on the above requirements, the maximum number of horses the contractor will be required to have available to cover both Stations for a 24-hour workday is 10. The CBP/USBP will use the horses provided for an entire 8 hour shift and the horses will not be ridden more than one shift per day, unless needed on an emergency basis. Delivery and Pickup: The CBP/USBP will provide a 2-hour notification time for drop-offs, and 1-hour notification time for pickups. The drop-off/pick-up location will be designated to the contractor at the time of the notification. Changes to regular pickup or drop-off locations may be made by Agents adhering to the preceding time frames. There will be no charge to CBP/USBP for deliveries or pickup. Contractor shall not provide studs/stallions. Experienced agents shall check all new horses before being added to riding team. Horses shall be watered, fed, saddled (fitted with all gear/equipment), and ready for work with a two (2) hour prior notification to the contractor by CBP/USBP. Agents will refuse any horse not meeting these requirements and a replacement will be requested. All horses shall meet standards established by the United States Department of Agriculture (City and State). Any horse that appears ill or unsuitable for riding shall be refused by the agents. All horses will be required to be adequately trained to meet the skills and demands of a novice rider. Any horse deemed to be unsuitable or unsafe by Patrol Agents will be removed from service until it is determined to be properly trained. Horses hooves shall be regularly maintained and shod at all times. Agents may refuse a horse missing one or more shoes upon delivery (or a horse that is not well groomed and presentable). Upon an agent refusing a horse, a replacement shall be requested from the contractor. Should a horse become ill or sustain an injury while on duty, it will be picked up and promptly replaced with a fresh horse. Contractor will provide all saddles and tack and ensure that it is in good working condition and comfortable to support a rider who will be riding 8 hours per day. Contractor should make every effort to match horse, saddle, tack and rider to promote a reduction of accidents and/or injuries. A special pouch will be provided and attached to every saddle to carry a First Aid Kit and a Rescue Frisbee (i.e., saddle bags). A water carrying canvas bag will be provided for watering of horses on patrol by the contractor. After work, horses will be unsaddled, cooled and watered, brushed and fed. When not in use, horses will be exercised by the contractor to maintain endurance. Horses will have fresh water and hay available at all times while kept in stables. Horses shall be given daily sufficient rations of good quality forage and an adequate percent protein food, which are essential for high performance and to eliminate or reduce potential problem areas. Horses shall be de-wormed from parasites on a regular schedule. All veterinarian fees will be contractor?s responsibility. Veterinarian reports of examinations, vaccinations and Coggins Tests shall be required on an annual basis and copies submitted to CBP/USBP. Contractor will not be held liable for injuries to riders or any other person caused by horses, or damage caused by tack or gear. All new CBP/USBP riders will be provided (at no cost to the Service) with a 16-hour Horsemanship Training Course. The CBP/USBP will provide guidance to the contractor in regards to the required training. A saddle blanket with a green and gold fringe will have a U.S. Border Patrol logo patch (U. S. Border Patrol will provide Logo patch). The Contractor shall provide a point of contact?s name and phone number. This information must be provided by the Contractor at all times for emergencies, etc. Contractor reserves the right to bar any rider from riding horses due to animal abuse or jeopardy of injury to himself or others. This is upon mutual agreement between contractor and CBP/USBP. Any violation of prescribed standards not remedied within a reasonable time period will be grounds for cancellation of contract. The provisions of FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the RFQ, is most favorable to the Government with price and other factors considered. The following factors shall be used to evaluate offerors' technical capability. Evaluation will be based on price, and past performance, with award to be made to the lowest technically acceptable responsive responsible offeror. PAST PERFORMANCE: Each offeror shall describe their past performance on similar contracts held within the last three years which are of a similar scope, magnitude and complexity to that which is detailed in this RFQ. Past performance shall be evaluated in the following manner: The Government will assess the offeror's ability to perform, including the offeror's likelihood of achieving success in meeting the contract requirements. The offerors are to provide a narrative discussion of similar projects of a similar size and dollar value, which have been successfully completed in the past three years. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. Past Performance will be assessed and assigned a narrative rating in the evaluation. The Government will evaluate each offeror's past performance based on the information submitted by the offer, as well as information that the Government collects by itself. Offerors will be given credit for good past performance and lose credit for poor past performance, and neither receive nor lose credit for no past performance data. As addendum to FAR 52.212-5, includes FAR 52.232-19, Funds for the Next Fiscal Year will not be available (beyond September 30, 2006). 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. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov/far. Offers are due Wednesday, November 16, 2005, 3:00 p.m., Central Standard Time, at: Customs & Border Protection, Rio Grande Valley Sector, 2301 South Main Street, McAllen, TX 78503 ATTN: Procurement - David Torres. Inquiries should be in written form and faxed to (956) 984-3959. All responsible sources may submit a quotation and will be considered. Original Point of Contact David Torres, Purchasing Agent, Phone 956- 984-3906, Fax 956-984-3959, E-mail David .Torres1@dhs.gov
 
Place of Performance
Address: Customs & Border Protection, U.S. Border Patrol Stations, 1124 BP Central Blvd., & 3305 S. Expressway 77/83 Brownsville, TX 78521. Rio Grande River and surrounding areas of Cameron Counties Eastern and Southern Boundaries.
Zip Code: 78521
Country: USA
 
Record
SN00924821-W 20051104/051102211524 (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.