Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
MODIFICATION

88 -- Untrained Canines

Notice Date
1/25/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Suite 1310, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
PR20061800
 
Response Due
1/26/2011
 
Archive Date
7/25/2011
 
Point of Contact
Name: Amanda Freeman, Title: Contract Specialist, Phone: 2023441904, Fax:
 
E-Mail Address
amanda.freeman@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 PR20061800 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 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 112990 with a small business size standard of $0.75M. 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 2011-01-26 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Front Royal, VA 22630 The DHS Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Exact match to specifications included in the statement of work attached. In order to be considered, vendor shall document the following requirements: breed, age, weight according to section 2 in the statement of work. The government intends to issue multiple purchase orders under this solicitation in order to procure a total of 15 dogs, therefore vendors must document number of dogs being offered for evaluation. Vendors shall bid a maximum of five(5) dogs, each being offered at the same price. PLEASE INDICATE HOW MANY DOGS YOU ARE OFFERING. Vendors shall be prepared to deliver dogs NO LATER THAN Friday, March 25, 2011. Vendors shall be responsible for delivering the number of canines specified in their order. Multiple deliveries (with approval of the program) are permitted in order to fulfill the total. Note: Before bidding, please ensure understanding of the rigorous testing delineated in the statement of work that will be required for acceptance of the dogs and ultimate issuance of purchase order. **Any of the following will result in medical failure: * Extra Vertebrae * Any signs of Arthritis or Degenerative Joint Disease * Lumbosacral instability and spondylosis. *PLEASE READ AND UNDERSTAND ALL BUY TERMS ABOVE BEFORE ENTERING YOUR BID*, 1, EA; LI 002, Shipping per dog, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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, competed, 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 the point of contact in the FBO notice, 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, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. 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. Award evaluation criteria will include two phases. Phase One: The extent which vendors technically meet the requirements for breed, age, and weight and past performance information. **PAST PERFORMANCE INFORMATION SHALL BE ATTACHED** and shall include point of contact for federal/state/local law enforcement agencies for which the vendor has provided dogs. Phase Two: Tests as delineated in section 4 and required medical documentation under section 3 of the statement of work. Testing under phase two is to be conducted at Canine Center in Front Royal, VA. Vendors shall incur the costs for shipping canines to Front Royal and shall only be paid by CBP for the shipping if they are awarded a purchase order. Multiple deliveries are permitted in order for the vendor to fulfill their order. Shipping will only be paid for canines that are fully accepted; canines that are not accepted will be shipped and returned at the vendor's expense. Vendors shall replace any canine within 20 days of purchase order issuance if the canine is unable to pass the full physical examination as delineated in section 3.5 of the statement of work. Phase two testing shall be conducted at the Canine Center in Front Royal, VA. Vendors must guarantee replacement of canines that pass phases one and two which do not pass the final medical evaluation conducted at the Canine Center. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 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.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20061800/listing.html)
 
Place of Performance
Address: Front Royal, VA 22630
Zip Code: 22630
 
Record
SN02366070-W 20110127/110125234431-9d66c2e27c50fac956f46ef531577d7f (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.