SOLICITATION NOTICE
99 -- Special Wild Horse Herd Caretaker
- Notice Date
- 11/25/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM-ID IDAHO STATE OFFICE* Admin Svcs Branch 1387 S. VINNELL WAY BOISE ID 83709
- ZIP Code
- 83709
- Solicitation Number
- DLQ060007
- Response Due
- 12/1/2005
- Archive Date
- 11/25/2006
- Point of Contact
- Linda J. Pitzer Purchasing Agent 2083733912 Linda_Pitzer@blm.gov;
- 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 Small Business
- Description
- This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 solicitation is issued as a request for quotation (RFQ), number DLQ060007. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 115120. This solicitation is set aside for small business concerns. The small business annual receipts for the firm and its affliates, for the preceding three (3) fiscal years does not exceed the $6 million threshold. Item 0001 - Horse Maintenance Service, Not to Exceed (NTE) 40 hours per week for the duration of NTE 120 work days, as per the Statement of Work. STATEMENT OF WORK The Contractor will be required to feed approximately 80 wild horses located at the BLM, Boise District Horse Corrals, located approximately 5 miles south of the Boise Airport, off of Pleaseant Valley Road. The Contractor will be required to maintain water systems at the horse facility. The Contractor will be required to observe horses daily and treat minor medical sickness or injury that shows up in the horses. The Contractor will be required to trim hooves when necessary. The Contractor will be required to travel to the Saylor Creek Herd Management Area (HMA) two to three times per week to check on locations and condition of wild horses remaining in the HMA. This management area is approximately 35 miles south of Boise, Idaho. While in the HMA the Contractor will be required to check on the water troughs and pipelines to ensure adequate water is available. In addition, the Contractor will be required to conduct utilization monitoring and report results to the Jarbidge Office. All reports will be forwarded to the Project Officer, Mike Courtney, located in Twin Falls, ID, Ph: (208) 677-6635. The Contractor will provide his own transportation. Use of a government flatbed truck at the corral sight will be used to haul hay to the areas for feeding. Contractor will provide own insurance of personal vehicle. The Contractor must have basic knowledge of laws, regulations and policies pertaining to grazing and wild horse and burro management on the range, including population dynamics, plant/animal ecological relationships and the ability to recognize injuries. The Contractor must have thorough understanding of the Bureau's "Adopt-a-Horse" program and demonstrate the ability to plainly convey this knowledge to the public in a variety of public outreach settings including but not limited to horse fairs, shows, 4-H, etc. The Contractor may be required to conduct and/or assist with local adoptions only. The Contractor must know the requirements of Private Maintenance and Care Agreements signed by adopters and have the ability to apply such knowledge in compliance inspections of adopted horses or burros. The Contractor will need to apply good judgment as to whether adverse action should be taken when noncompliance is encountered or suggest corrective action to the adopter and schedule follow-up inspections. Services will be performed NTE 40 hours a week for a duration NTE 120 working days. However position may end earlier than 120 days. Contractor will alternate days of work with Government employee that will include working weekends. Over time must be authorized in writing, by modification to the contract prior to ocurrance. Government Property Management and Use: The BLM assumes no liability for any actions or activities conducted under this contract except to the extent that recourse or remedies areprovided by Congress under the Federal Tort Claims Act (28 USC 1346(b), 2401(b), 2671-2680, as amended by PL 89-506, Stat.306). Use of Government Vehicle: The required use of a government vehicle will require the BLM to provide Defensive Driving Training for any contractor not yet certified with the BLM Defensive Driving Certificate. Either a current defensive driving certificate will be presented or the defensive driving training will be conducted and certified before the operation of any government vehicle. Required Insurance: The Contractor shall, at it's own expense, procure and therafter maintain Automobile Insurance. This insurance shall be required on the comprehensive form of policy and will provide bodily injury liability and property damage liability covering the operation of all vehicles, including government owned, used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. The provision at 52.212-1, Instructions to Offerors-Commercial Items is applicable. The provision at 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.204-06, 52.204-07, 52.211-05, 52.219-06, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-03 Alt. 1, 52.223-06, 52.232-33, 52.232-36, 52.246-02. Contractors are required to register or update their registration at the Central Contractor Registration website at www.ccr.gov. The registration is required to receive contract award and will facilitate payment. Offers are due at the above office by close of business December 01, 2005. For additional information contact Linda J. Pitzer, Contracting Officer at (208) 373-3912. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-NOV-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Please click here to view more details.
(http://www.fbo.gov/spg/DOI/BLM/ID/DLQ060007/listing.html)
- Place of Performance
- Address: South of Boise Idaho, approx. 10 miles at the BLM Wild Horse Corrals and the HMA (Sayler Creek Herd Management Area), approx. 35 miles, South of Boise Idaho.
- Zip Code: 83705
- Country: USA
- Zip Code: 83705
- Record
- SN00937983-F 20051127/051125212429 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |