Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
MODIFICATION

R -- Canine Kenneling Services

Notice Date
5/19/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Avenue, Washington, DC 20004
 
ZIP Code
20004
 
Solicitation Number
20062266
 
Response Due
5/20/2011
 
Archive Date
11/16/2011
 
Point of Contact
Name: Johnny Lai, Title: Contract Specialist, Phone: 2023454188, Fax:
 
E-Mail Address
johnny.lai@dhs.gov;
 
Small Business Set-Aside
N/A
 
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 20062266 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 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 812910 with a small business size standard of $7.00M. This requirement is unrestricted 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 2011-05-20 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Selfridge (ANGB), MI 48045 The DHS Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, Base Year: 06/01/2011 05/31/2012Canine Kenneling Services for two (2) canines; Price is per day for both canines. Facilities and services must match the requirements listed in the attached "Kenneling Requirements" Word document. Quantity of days listed indicates a not-to-exceed amount., 197, EA; LI 002, Option Year 1: 06/01/2012 05/31/2013Canine Kenneling Services for two (2) canines; Price is per day for both canines. Facilities and services must match the requirements listed in the attached "Kenneling Requirements" Word document. Quantity of days listed indicates a not-to-exceed amount., 365, EA; LI 003, Option Year 2: 06/01/2013 05/31/2014Canine Kenneling Services for two (2) canines; Price is per day for both canines. Facilities and services must match the requirements listed in the attached "Kenneling Requirements" Word document. Quantity of days listed indicates a not-to-exceed amount., 365, EA; LI 004, Option Year 3: 06/01/2014 05/31/2015Canine Kenneling Services for two (2) canines; Price is per day for both canines. Facilities and services must match the requirements listed in the attached "Kenneling Requirements" Word document. Quantity of days listed indicates a not-to-exceed amount., 365, EA; LI 005, Option Year 4: 06/01/2015 05/31/2016Canine Kenneling Services for two (2) canines; Price is per day for both canines. Facilities and services must match the requirements listed in the attached "Kenneling Requirements" Word document. Quantity of days listed indicates a not-to-exceed amount., 365, 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Bid MUST be good for 30 calendar days after close of Buy. 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. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 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, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 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). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. 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. For Meets or Exceeds Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. The Detroit Sector Canine Coordinator will have inspection and enforcement of adherence of guidance outlined in this solicitation. Any offerors claiming to be fully compliant with the requirements listed in the SOW are subject to a mandatory site visit by the Customs and Border Protection, Detroit Sector Headquarters Canine Coordinator, to validate each offeror's compliance with the SOW. If the offeror's site conditions are determined to be non-compliant by the Canine Coordinator, the offeror's bid will be considered technically unacceptable. Vendor must be within a reasonable commuting distance (up to 30 miles) of the Sault Sainte Marie Border Station to ensure operational continuity and response times. The Border Station is located at 208 Bingham Ave., Sault Ste. Marie, MI 49783. The Government contemplates award of a Blanket Purchase Agreement (BPA) contract resulting from this solicitation. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued anytime after the award of the Blanket Purchase Agreement (BPA) and 60 months thereafter, excluding FAR clause 52.217-8. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. A) General -- Any information made available to the Contractor by the Government shall be used only for the purpose of carrying out the provisions of this contract and shall not be divulged or made known in any manner to any persons except as may be necessary in the performance of the contract. B) Technical DataRights -- The Contractor shall not use, disclose, reproduce, or otherwise divulge or transfuse to any persons any technical information or data licensed for use by the Government that bears any type of restrictive or proprietary legend except as may be necessary in the performance of the contract. Refer to the Rights inData clause for additional information. C) Privacy Act -- In performance of this contract the Contractor assumes the responsibility for protection of the confidentiality of all Government records and/or protected data provided for performance under the contract and shall ensure that (a) all work performed by anysubcontractor is subject to the disclosure restrictions set forth above and (b) all subcontract work be performed under the supervision of the Contractor or their employees. In accordance with FAR 16.505, please follow the attached Ordering Procedures document. Submission of invoices can be found in the SOW/Kenneling Requirements document. To constitute a proper invoice, the invoice shall include all items required by Federal Acquisition Regulations (FAR) 32.905. The Specifications, Statement of Work, or Statement of Objectives which describe the work to be performed hereunder, although attached, is incorporated and made a part of this document with the same force and effect of "specifications" as described in the clause, Order of Precedence, FAR 52.215-8 incorporated hereinby reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20062266/listing.html)
 
Place of Performance
Address: Selfridge (ANGB), MI 48045
Zip Code: 48045
 
Record
SN02452479-W 20110521/110519234829-83c0845e886944af0067aa5d51825710 (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.