Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

R -- Farrier Services

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3960090103
 
Response Due
6/10/2009
 
Archive Date
5/20/2010
 
Point of Contact
Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Combined Synopsis/SolicitationThis is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q3960090103 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 115210; with a small business size standard of $7 million of annual gross revenues of the total concern for the last 3 years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. This procurement is a commercial item. The estimated magnitude of this procurement is between $200,000.00 and $250,000.00 ($40,000.00 to $50,000.00 annualy). In accordance with Federal Acquisition Regulation Chapter 19.1305, the Government shall set-aside all procurements with a dollar threshold over $100,000 to be set-aside for HUBZone, small business concerns. This procurement is 100-percent set-aside for HUBZone, small business concerns. To confirm if your firm is in a HUBZone area, search the web at https://eweb1.sba.gov/hubzone/internet. Look for the link "Are you in HUBZone". Then look for the entry of "To Determine if an Address is Located in a HUBZone". Type your address. If your company is located in a HUBZone area, you must certify your company with the Small Business Administration. Your company's name must be included on the Small Business Administration's listing to be considered as a HUBZone small business for your quote to be evaluated under the small business HUBZone set-aside.However, if this office does not receive any acceptable quotes from qualified HUBZone, small business concerns, the set-aside will roll over to a 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having less than or equal to $7 million of annual gross revenues of the total concern for the last 3 years. Both HUBZone small business concerns and Small businesses are encouraged to offer a quote. If this office does not receive any acceptable quotes from qualified small business concerns or HUBZone small business concerns then Large businesses are encouraged to offer a quote. Farrier Service Q3960090103Fixed Price - Indefinite-Delivery/Requirements Contract A. RequirementThe Contractor shall provide all management, supervision, labor, office space, materials, tools, supplies, equipment and transportation necessary to perform Farrier services to the 40+ horses of the United States Park Police Horse Mounted Patrol Unit, in the Washington Metropolitan Area. The Contractor will have a Mobile Unit that enables Farrier services to be performed at the six (6) separate USPP Stables in addition to other areas in which the United States Park Police Horse Mounted Patrol Unit performs law enforcement duties within the Washington Metropolitan Area. Each party will exercise their best efforts to uphold the mission of the USPP Horse Mounted Unit to provide law enforcement service, via horse mounted patrol, to the public in the National Parks while maintaining the health and well being of the horses. B. CertificationsThe Contractor shall be a qualified Farrier with a minimum of fifteen (15) years of working experience with references. While there are no licensing requirements, to maintain consistent standards, the Contractor will maintain certification from the Brotherhood of Working Farrier Association (BWFA), the American Farrier's Association (AFA) along with a minimum of Level 1 Cytek Horse Shoeing certification. The Contractor shall be in good business standing in the Washington Metropolitan Area with both Liability and Workmen's Compensation Health Insurance. A copy of these certificates and policies shall be provided to the Contracting Officer before award. C. DeliveryThe Contractor shall be available to provide both scheduled and emergency service, 365 days per year under extremely short notice. All service must be authorized by the Contracting Officer's Representative who is an officer on the HMP Unit or one of the supervisors. The Contractor is responsible to provide all non-emergency/scheduled hoof care and shoeing services. The shoeing services shall include the following:1. Trim and balance all four hoofs for free and sound movement of the horse2. New Cytek shoeing of all four feet3. Resetting of Cytek shoes on all four feet4. Two new Cytek, two reset of Cytek shoes5. Drill and Tap for studs/pegs in Cytek shoes6. Both new and reset Natural Balance shoes for both two and four feet7. Two and four new and/or reset rim shoes with Drill Tek8. Corrective shoeing for hooves, when necessary, to include but not limited to:a. Epoxy workb. Glue on shoesc. Dalmer Cuff Glue ond. Hot shoeinge. Tighten shoesf. Rim padsg. Aluminum shoesh. Clipsi. Packing materialj. Medicated pine tark. Equi-Than Hoof Packingl. Unspecified padding materialm. Full pads9. Maintain shoeing records on all USPP HMP equine10. Ability to work closely with veterinarian to provide corrective shoeing to address diagnosisThe Contractor will have the necessary tools of the trade available, in good working order, such as but not limited to:Suitable shoeing rig/mobile unit1. Forge2. Anvil3. Grinder4. Oxyacetylene Torches5. Standard Farrier tools (Rasps, nail pullers, hoof clippers, etc) D. LocationsThe location of the six (6) USPP HMP Stables are: 1. Edgewater Stables-3 Beach Drive, NW, Intersection of Beach Drive and Rock Creek Parkway, underneath Calvert Street (Taft Bridge), in Rock Creek Park, Washington, DC2. Central Stables (H-1)-Independence Avenue side of the Reflecting Pool, Between 17th St (WWII Memorial) and 23rd Street (Lincoln Memorial), SW, Washington, DC3. Ft, Hunt Stable (H-2)-in Ft. Hunt Park, George Washington Memorial Parkway, Alexandria, VA4. Rock Creek Stable (H-3)-in Rock Creek Park, 5801 Oregon Ave at North Hampton Street, NW, Washington, DC5. Ft. DuPont Stable (H-5)-in Ft. DuPont Park, 3600 F Street, SE entrance off Minnesota Avenue, Washington, DC6. Great Falls, VA Stable-above Great Falls VA Park-9167 Old Dominion Dr., McLean, VA 22102 (private residence of Maryann T. Cochran, MD) E. Key PersonnelThe Contractor shall submit the names of farriers, with a minimum fifteen (15) years experience, who will be working on this contract to the Contracting Officer. The Contractor shall make no substitutions without obtaining prior Contracting Officer's approval of those persons.The Contractor is not an employee of the U.S. Park Police or National Park Service. The Contractor will indemnity and hold the U.S. Park Police harmless from any expense, including attorney's fees and also claims on account of damage to property or bodily injury (including death) which may be sustained by him/herself or his/her employees in connection with any and all work performed under contract. F. PaymentA monthly invoice will be prepared by the Contractor and be submitted to the Contracting Officer's Representative (COR). This billing will include the equine's name, type of shoeing provided, date services rendered, specific services rendered (as stated by line item on the fee schedule), fee for each service. The fees will be in accordance with the quote schedule. G. InspectionFinal inspection for inspection will be made at delivery sites in accordance with inspection clause FAR 52.212-4 Contract Terms and Conditions-Commercial Items.The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. H. Request for Quote Estimated Farrier services have been listed in the quote sheet at a fixed amount, these are for services not listed by line and will be billed at the Contractors published rates. The contractor will supply the published rates to the Contracting Office at time of award and at each option year when awarded.Note: Contractor shall place a price for all line items to be considered responsive. Base Year (Date of Award - One Year from Date of Award Per Service Unit PriceEstimated YearlyServicesTotal Price4 New Cytek Shoes$____________ 65* $__________4 Cytek Shoes Reset$____________ 65* $__________2 New Cytek Shoes and 2 Cytek Shoes Reset$____________ 65* $__________4 Draft Shoes $____________ 65* $__________4 New Shoes with Borium$____________ 65* $__________Borium/Shoe $____________ 65* $__________Replace/Reset/Shoe$____________ 65* $__________Drill and Tap for Studs/Shoes$____________ 65* $__________Clips per Shoe $____________ 65* $__________Barshoe per Pair $____________ 65* $__________Medicated Pine Tar per Hoof$____________ 65* $__________Equi-Than Hoof Packing per Hoof $____________ 65* $__________Full Pads per Pad $____________ 65* $__________Trim only per Hoof $____________ 65* $__________4 New Balance Shoes$____________ 65* $__________Estimated Farier Services (Amount of services will vary and this number is for comparisons of quotes only) $5,000.00Hourly Rate $____________ 50 hours $__________ Base Year Total $==========Option Year 1 (12 months) Per Service Unit PriceEstimated YearlyServicesTotal Price4 New Cytek Shoes$____________ 65* $__________4 Cytek Shoes Reset$____________ 65* $__________2 New Cytek Shoes and 2 Cytek Shoes Reset$____________ 65* $__________4 Draft Shoes $____________ 65* $__________4 New Shoes with Borium$____________ 65* $__________Borium/Shoe $____________ 65* $__________Replace/Reset/Shoe$____________ 65* $__________Drill and Tap for Studs/Shoes$____________ 65* $__________Clips per Shoe $____________ 65* $__________Barshoe per Pair $____________ 65* $__________Medicated Pine Tar per Hoof$____________ 65* $__________Equi-Than Hoof Packing per Hoof $____________ 65* $__________Full Pads per Pad $____________ 65* $__________Trim only per Hoof $____________ 65* $__________4 New Balance Shoes$____________ 65* $__________Estimated Farier Services (Amount of services will vary and this number is for comparisons of quotes only) $5,000.00Hourly Rate $____________ 50 hours $__________ Option Year 1 Total $==========Option Year 2 (12 months) Per Service Unit PriceEstimated YearlyServicesTotal Price4 New Cytek Shoes$____________ 65* $__________4 Cytek Shoes Reset$____________ 65* $__________2 New Cytek Shoes and 2 Cytek Shoes Reset$____________ 65* $__________4 Draft Shoes $____________ 65* $__________4 New Shoes with Borium$____________ 65* $__________Borium/Shoe $____________ 65* $__________Replace/Reset/Shoe$____________ 65* $__________Drill and Tap for Studs/Shoes$____________ 65* $__________Clips per Shoe $____________ 65* $__________Barshoe per Pair $____________ 65* $__________Medicated Pine Tar per Hoof$____________ 65* $__________Equi-Than Hoof Packing per Hoof $____________ 65* $__________Full Pads per Pad $____________ 65* $__________Trim only per Hoof $____________ 65* $__________4 New Balance Shoes$____________ 65* $__________Estimated Farier Services (Amount of services will vary and this number is for comparisons of quotes only) $5,000.00Hourly Rate $____________ 50 hours $__________ Option Year 2 Total $==========Option Year 3 (12 months) Per Service Unit PriceEstimated YearlyServicesTotal Price4 New Cytek Shoes$____________ 65* $__________4 Cytek Shoes Reset$____________ 65* $__________2 New Cytek Shoes and 2 Cytek Shoes Reset$____________ 65* $__________4 Draft Shoes $____________ 65* $__________4 New Shoes with Borium$____________ 65* $__________Borium/Shoe $____________ 65* $__________Replace/Reset/Shoe$____________ 65* $__________Drill and Tap for Studs/Shoes$____________ 65* $__________Clips per Shoe $____________ 65* $__________Barshoe per Pair $____________ 65* $__________Medicated Pine Tar per Hoof$____________ 65* $__________Equi-Than Hoof Packing per Hoof $____________ 65* $__________Full Pads per Pad $____________ 65* $__________Trim only per Hoof $____________ 65* $__________4 New Balance Shoes$____________ 65* $__________Estimated Farier Services (Amount of services will vary and this number is for comparisons of quotes only) $5,000.00Hourly Rate $____________ 50 hours $__________ Option Year 3 Total $==========Option Year 4 (12 months) Per Service Unit PriceEstimated YearlyServicesTotal Price4 New Cytek Shoes$____________ 65* $__________4 Cytek Shoes Reset$____________ 65* $__________2 New Cytek Shoes and 2 Cytek Shoes Reset$____________ 65* $__________4 Draft Shoes $____________ 65* $__________4 New Shoes with Borium$____________ 65* $__________Borium/Shoe $____________ 65* $__________Replace/Reset/Shoe$____________ 65* $__________Drill and Tap for Studs/Shoes$____________ 65* $__________Clips per Shoe $____________ 65* $__________Barshoe per Pair $____________ 65* $__________Medicated Pine Tar per Hoof$____________ 65* $__________Equi-Than Hoof Packing per Hoof $____________ 65* $__________Full Pads per Pad $____________ 65* $__________Trim only per Hoof $____________ 65* $__________4 New Balance Shoes$____________ 65* $__________Estimated Farier Services (Amount of services will vary and this number is for comparisons of quotes only) $5,000.00Hourly Rate $____________ 50 hours $__________ Option Year 4 Total $__________Total Base Year and All Option Years $==========*Quantity of materials is estimated and not binding on the Government. Contractor shall be paid actual quantity ordered and approved by the Contracting Officer. Wage Determination No.: 2005-2104 (Rev.-9) dated 03/16/2009 www.wdol.gov The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-3, Notice of Total HUBZone Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.219-14, Limitations on Subcontracting, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.219-28 Post Award Small business Program Rerepresentation, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must place a price for all line items to be considered responsive. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 3:00 pm EST June 10, 2009 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394.All responsible sources may submit a quote which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3960090103/listing.html)
 
Place of Performance
Address: Various location around the Washington, D. C. Metro Area<br />
Zip Code: 202420001<br />
 
Record
SN01823345-W 20090522/090521001914-8096ef6f428a85c7291bd2cb550028b6 (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.