Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

88 -- Horse Care for Willcox BP Station

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
112920 — Horses and Other Equine Production
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1901 South Bell Street, 8th Floor, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
20054229
 
Archive Date
2/19/2010
 
Point of Contact
Teresa L. Nechvatal, Phone: 5207483265
 
E-Mail Address
Teresa.Nechvatal@dhs.gov
(Teresa.Nechvatal@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security, Customs and Border Protection, U.S. Border Patrol, Tucson, Arizona is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subparts 12.6 and 13 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. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. Solicitation number 20054229 is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The U. S. Border Patrol has a requirement for the care taking of horses for the Willcox Border Patrol Horse Patrol Unit. Horses and facility are located at the Kansas Settlement in Willcox, Arizona. If vendors are interested in a site visit, they may contact SBPA John Duenes, 520 514 4739 or alternate contact SBPA Chris Baca at 520 384 7200 with names of interested attendees. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification Systems (NAICS) of the following codes: 112920, size standard is $0.75 million; 115210, size standard is $7 million. One contract is anticipated to be awarded as a result of this RFQ. The term of the contract is one year with a base period and four (4) one-year options. The period of performance is expected to be February 1, 2010 (or as soon as possible after February 1st) and ending January 31, 2011 (or twelve (12) months after date of origination) with four (4) option years ending in the year 2015. An award resulting from this solicitation will be deemed most favorable to the Government with price and other factors considered. Award shall be made to the best value for the government taking into consideration technical acceptability, past performance and price. 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 shall 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 shall be assessed and assigned a narrative rating in the evaluation. The Government shall evaluate each offeror's past performance based on the information submitted by the offeror, as well as information that the Government collects by itself. Offerors shall 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. TECHNICAL ACCEPTABILITY: Offerors demonstrated current capacity for horses and equipment shall also be evaluated. Offerors shall describe current capacity to provide the required equipment and supplies. This capacity description may outline equipment that the offeror currently has available, or the method by which the offeror intends to achieve the capacity required (i.e., lease, rental, purchase, subcontract, etc.). The North American Industry Classification System (NAICS) applicable codes include 112920 and 115210, the small business standard is 750. The Willcox Border Patrol Station is requesting a firm-fixed price quotation for the care taking of horses at the Kansas Settlement based on the attached Statement of Work. A Wage Determination for Southern Arizona is attached; additional area information may be viewed at http://www.wdol.gov/. All offerors will include the following information with each RFQ response: $__________per MONTH per HORSE. Base Year $__________per MONTH per HORSE. Option Year One $__________per MONTH per HORSE. Option Year Two $__________per MONTH per HORSE. Option Year Three $__________per MONTH per HORSE. Option Year Four Contractor must be currently registered in the Central Contractors Registration and provide DUNS numbers and TIN with quotation. The Contractor shall provide a point of contact name and phone number which will be used for emergencies, etc. Any violation of prescribed standards not remedied within 7 10 days shall be grounds for termination of contract. The following provisions and clauses apply and may be accessed electronically at www.arnet.gov/far, www.farsite.hill.af.mil: 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, 52.212-3, Offeror Representations and Certifications, Commercial Items (must be completed and submitted with the offer); 52.212-4, Contract Terms and Conditions, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (including 52.219-6, 52.219-14, 52.219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 232-33); 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 52.203-3, 252.225-7001, 252.232-7003, 252.247-7023(iv)); and 252.204-7004. Offers in response to this combined synopsis/solicitation are due no later than February 4, 2010, 2:00 p.m. Mountain Standard Time, via e-mail to Teresa.Nechvatal@dhs.gov Contractors are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 520-748-3148. Questions will be accepted via email only by Teresa.Nechvatal@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20054229/listing.html)
 
Place of Performance
Address: Willcox Border Patrol Station, Kansas Settlement, Willcox, Arizona, 85643, United States
Zip Code: 85643
 
Record
SN02051682-W 20100130/100128234739-4fb9ac5f02f7cc142881e26883fc5fbb (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.