Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2007 FBO #2146
MODIFICATION

R -- ANNUAL WELLNESS EXAMS FOR CANINES

Notice Date
10/10/2007
 
Notice Type
Modification
 
Contracting Office
1970 W. Ajo Way, Tucson, AZ 85713
 
ZIP Code
85713
 
Solicitation Number
20032900
 
Response Due
10/23/2007
 
Archive Date
4/20/2008
 
Point of Contact
Name: Brenda Lopez, Title: Contracting Officer, Phone: 5207483262, Fax:
 
E-Mail Address
brenda.lopez@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20032900 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 112120 with a small business size standard of $M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-10-23 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, The Contractor shall provide all labor, supervision, and supplies necessary to provide annual Wellness Examinations as requested by the Tucson Sector Canine Coordinator or Tucson Sector Canine Handler for one hundred (100) Narcotic Detection Canines assigned the United States Border Patrol Tucson Sector. Please refer to the attached SOW for further detail. Base Year to begin January 1, 20081. A THOROUGH AND COMPLETE PRELIMINARY HISTORY. a. Questions will include but will not be limited too, the Canines: i. Temperament ii. Activity level iii. Diet iv. Overall general health v. Any problems noticed by Handler. ***ALL SELLERS MUST MEET THE REQUIREMENTS AS SPECIFIED IN THE ATTACHED SOW AND DETAIL THE FACT THAT THEY CAN FULLY COMPLY WITH THOSE TERMS IN THIS SPACE***, 100, EA; LI 002, 2. A THOROUGH AND COMPLETE PHYSICAL EXAMINATION. a. The physical examination will include, but will not be limited too, the Canines: i. Coat & Skin ii. Eyes iii. Ears iv. Nose & Throat v. Mouth, Teeth, & Gums vi. Legs & Paws vii. Heart (cardio vascular system) viii. Abdomen ix. Lungs (respiratory system) x. Urogenital System (reproductive/urinary system) xi. Nuerological System xii. Lymphatic System xiii. Nutrition & Weight xiv. Temperature xv. At rest heart rate xvi. Blood pressure xvii. Assessment of body score for health records b. The examination will be conducted in the presence of the Canine Handler/Instructor or the Tucson Sector Canine Coordinator. c. The Canine Handler/Instructor or Canine Coordinator will take all necessary safety precautions to insure that a safe and thorough physical examination will be performed. d. Any abnormalities, which do not require more extensive medical attention, will be noted, and a maintenance health plan will be discussed regarding the abnormalities noted during the physical exam. ***ALL SELLERS MUST MEET THE REQUIREMENTS AS SPECIFIED IN THE ATTACHED SOW AND DETAIL THE FACT THAT THEY CAN FULLY COMPLY WITH THOSE TERMS IN THIS SPACE*** , 100, EA; LI 003, SCREENINGS 1. PREVENTATIVE MEDICAL SCREENINGS a. A list of preventative medical screenings will include, but is not limited too: i. Comprehensive Blood Panel, check chemistry and blood components a) including a screening for Cocciodiodmycossis (valley fever) b) including a screening for Erlicchia (tick fever) ii. Heartworm Test a) check for the presence Heartworm disease iii. Fecal Exam a) check for internal parasites iv. Urinalysis (if necessary) a) check for disease or infection of kidneys b. All specimens needed for the above mentioned screenings will be obtained by certified personnel unless otherwise stated or agreed upon by Canine Handler/Instructor or Canine Coordinator. c. The Canine Handler/Instructor or Canine Coordinator will take all necessary safety precautions to insure that all specimens are harvested in a safe manner.***ALL SELLERS MUST MEET THE REQUIREMENTS AS SPECIFIED IN THE ATTACHED SOW AND DETAIL THE FACT THAT THEY CAN FULLY COMPLY WITH THOSE TERMS IN THIS SPACE*** , 100, EA; LI 004, VACCINATIONS 1. CORE VACCINATIONS a. A list of annual vaccinations will include, but will not be limited too: 1. Three year Rabies Vaccine (as needed) 2. Canine Distempers Vaccine 3. Canine Parvo Vaccine 4. Canine Hepatitis Vaccine 5. Canine Parainfluenza Vaccine b. Bordatella vaccination will be administered on a six-month basis. All Bordatella vaccinations will fall under this Statement of Work. c. Vaccinations protocol subject to change with current veterinary practices and veterinarian recommendation. d. Contractor will supply each canine covered by this statement of work with a one (1) year supply of HEARTGUARD preventative heartworm medication as part of an annual wellness examination. ***ALL SELLERS MUST MEET THE REQUIREMENTS AS SPECIFIED IN THE ATTACHED SOW AND DETAIL THE FACT THAT THEY CAN FULLY COMPLY WITH THOSE TERMS IN THIS SPACE*** , 100, EA; LI 005, SERVICES 1. If necessary the following services will be performed as part of the canines annual wellness examination. a. Express anal glands b. Clip nails c. Dental cleaning i. If a dental cleaning is necessary the handler will be immediately notified and the cleaning will be scheduled at a later date. ii. If the canine needs to be sedated in order to perform the dental cleaning, the veterinarian performing the procedure will accept all responsibility for all preventable actions which if neglected, may cause death to Border Patrol Canine.***ALL SELLERS MUST MEET THE REQUIREMENTS AS SPECIFIED IN THE ATTACHED SOW AND DETAIL THE FACT THAT THEY CAN FULLY COMPLY WITH THOSE TERMS IN THIS SPACE*** , 100, EA; LI 006, Option Year One (2009), in accordance with the attached SOW, 1, LOT; LI 007, Option Year Two (2010), in accordance with the attached SOW, 1, LOT; LI 008, Option Year Three (2011), in accordance with the attached SOW, 1, LOT; LI 009, Option Year Four (2012), in accordance with the attached SOW, 1, LOT; For this solicitation, DHS-Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to www.clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52-216-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52-216-18 Ordering. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Pricing must be good for 90 days Award will be based on; 1) Technical acceptability, 2) Past performance, 3) Price. ALL SELLERS MUST PROVIDE THE BUYER WITH DOCUMENTATION REGARDING THE FACT THAT THEY ARE A CERTIFIED VETERANARIAN, PLEASE PROVIDE THIS VIA EMAIL TO FEDBID'S CLIENT SERVICES (clientservices@fedbid.com)
 
Web Link
www.fedbid.com (b-56882_02, n-9585)
(http://www.fedbid.com)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
Country: Multiple
 
Record
SN01431553-W 20071012/071010223429 (fbodaily.com)
 
Source
FedBizOpps 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.