Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2005 FBO #1487
SOLICITATION NOTICE

88 -- Horse Rental: Mountain trail riding

Notice Date
12/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
112920 — Horses and Other Equine Production
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-PR0020017510
 
Response Due
1/3/2006
 
Archive Date
1/18/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for ?horse rental? services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only electronic solicitation; proposals are being requested and a written solicitation has been published in local newspapers. The solicitation number is SPW06-0027 and this solicitation is issued as a request for proposal. The Closing Date and Time for this solicitation is January 3rd, 2006 at 5:00 PM PST. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents and to review the full copy solicitation. This requirement is solicited as a Small Business Set-aside. The NAICS code is 112920 with a size standard of $2 million. Contractors are still required to identify their company's business size even though unrestricted via their representations and certifications. The description of the requirements is located in the Statement of Work. Services performed are for: Customs and Border Protection; Oroville, WA. Border Patrol Station; 1105 Main Street, Oroville, WA 98844-9726. General location is Oroville, WA area. This combined synopsis/solicitation notice for horse rental of up to 6 horses at one time to be provided on an as needed basis. The number of horses may increase or decrease according to the mission requirements. See Statement of Work for details. The anticipated contract will be for a base period from the date of award (Approximately 02/01/2006) until close of fiscal year at 09/30/2006 plus four option years. Evaluation of Options 52.217-5 and 52.217-9 Option to Extend the Term of the Contract applies. All quotes for this solicitation must quote a price for the base period and the three option years, subject to FAR 52.232-19 Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond September 30, 2006. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2006, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Provisions at 52.212-1 Instructions to Offerors-Commercial and 52.212-2 Evaluation-Commercial Items (Jan 1999) as amended. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors along with the price shall be used to evaluate offers: 1) Prior experience in providing horses for mountain trail riding and packhorse operation; 2) Quality of Service; 3) Timeliness of Performance; 4) Business Relations. Each proposal will be evaluated independently. No mergers of solicitations will be accepted. Contact the contract specialist shown below for a complete copy of this solicitation including the Statement of Work. Past Performance narrative is required to be turned in before the closing date and time of the solicitation. New Offerors without previous work history will not be evaluated on Past Performance however their offer should state reason for no work history and address each of the evaluation factors listed in their proposal. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items should be submitted with the Contractor's responses/quotes. Clause 52.212-4 Contract Terms and conditions-Commercial Items and clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation. These provisions and clauses are incorporated by reference. The Service Contract Act of 1965 as amended applies to this requirement. Quotes shall incorporate the minimum wage for Animal Caretaker (Occupation code 99020) for the counties of Eastern Washington of $8.55 per hour per Department of Labor Wage Determination Number 94-2566 Rev. 21. Only complete offers returned utilizing the Cost Proposal and Past Performance Evaluation will be accepted. Information regarding this solicitation shall be directed to David Moss, David.A.Moss@dhs.gov; Phone 509-353-2747. E-mail preferred. Full solicitation with will be sent by e-mail, fax, or regular mail. Outstanding Proposals are due by 5:00 p.m. PST on January 3rd, 2006. Facsimile returned proposals are acceptable, fax to 509-353-2736, Attn: David Moss. All submitted proposals shall be by facsimile, E-mail to: David.A.Moss@dhs.gov.; or USPS mail. Place of Performance: Oroville, WA Border Patrol station area of operations This contract is for a base year starting upon contract award until September 30, 2006 and 4 Option Year periods as follows: Base Year: Contract Award Date through September 30, 6 Option Year I: Oct 1, 2006 through Sep. 30, 2007 Option Year II: Oct 1, 2007 through Sept 30, 2008 Option Year III: Oct 1, 2008 through September 30, 2009 Option Year IV: Oct 1, 2009 through Sept 30, 2010 The contract awardee will perform and supply up to 6 horses that conform to the below Statement of Work for Oroville, WA Border Patrol Station. Statement of Work Horse Lease/Rental U.S. Border Patrol Spokane Sector Oroville, WA station Revised: 11-22-05 1. All horses will be subject to inspection (Up to five days prior to awarding contract to inspect and approve horses for reining, herd bound, leg cues, etc.) prior to acceptance. An approval/replacement agreement will be completed for each horse (see attached). The Patrol Agent in Charge or his/her designee may approve other horses. NO HORSES MAY BE SUBISTUTED WITHOUT PRIOR INSPECTION AND ACCEPTANCE. 2. Contractor will be able to furnish up to 6 approved horses at any given time, within a 24 hour notice 3. Contractor/horses may not be more than a 30 minute, one way, drive from the Oroville Border Patrol station. 4. All horses will be between (5) five to (20) twenty years of age. All horses to be between 14 to 17 hands tall and weigh between 1,000 to 1,300 pounds. 5. All horses will be of good quality, and not have markings, which could be considered distractive or may restrict their use, be of gentle disposition, and be sound and in good health at time of delivery. 6. All horses must be well broke to include trailering, trails, hobbles or long line, and able to stand tied, give foot, and not herd bound. They should not have any serious vices and maintain level headset. 7. All horses or mules used for packing must be experienced. Pack saddles may need to be provided by contractor. 8. All horses must have been exposed to and are use to gunfire. 9. All horses to have a good (big) well-developed foot and will be properly shod. 10. All horses are to be delivered upon request to specified locations within the local Border Patrol stations area of operation. All attempts will be made to notify contractor at least 24 hrs in advance. Shorter notice will be subject to availability of horses and /or transportation, with vendor?s approval. 11. Transportation of horses to training locations in the stations operations area will be required as necessary. Border Patrol may supply its own truck(s) and trailer(s) to transport horses. 12. Transportation of horses to parades may be required as necessary. Horses used for parades will be delivered well groomed and trimmed. 13. A good serviceable bridle, halter, and lead rope, etc will be supplied with each horse. The Border Patrol may supply its own saddles, and tack when possible. Contractor may be requested to supply saddles, pads, blankets, etc. Equipment provided by contractor will be inspected and must be approved by the Border Patrol PAIC or his representative. 14. Contractor is responsible for providing tools, materials, care, feeding, veterinary services, etc. required for the performance of the task agreed to. 15. Training area: (arena type preferred) or enclosed/fenced area for training. Examples of delivery points would be trailheads in the Oroville and Winthrop. PAST PERFORMANCE: Each offeror shall describe their past performance on similar contracts or experience held within the past three (3) years which are of a similar scope, magnitude and complexity to that which is detailed in the request. Past performance shall be evaluated in the following manner: The government will assess the offeror?s ability to perform, including the offeror?s likelihood of achieving success in meeting the contract requirements. The offeror is to provide a written narrative discussion of similar projects of a similar size and dollar value, which have been successfully completed in the past three (3) years. Contracts listed may be those entered into with the Federal Government, agencies of state and local governments, and commercial customers. Past performance will be assessed and assigned a narrative rating in the evaluation. The government will 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 will be given credit for good past performance and lose credit for past poor performance, and neither receive nor lose credit for no past performance data. The contract will be based on ?horse days? depending on cost and funding limitations. This quote should be based on the approximate use of 100 horse days per year. The final contract may be for more or less horse days, depending on funding. A horse day is the cost of one (1) horse per day, not including transportation mileage, until midnight of that day. An example of estimated usage would be 5 horses for 5 days (25 ?horse days?) per month. THERE IS NO GUARANTEE THAT WE WILL USE ALL HORSE DAYS ALLOWED FOR IN THE CONTRACT due to operational and funding constraints. We will not use the horse(s) a minimum number of days per month. Horses must be available within a 24 hour notice. Contractor/horses must be within a 30 minute drive, one way, from the Oroville Border Patrol station. Roundtrip transportation of the horses will be paid from the contractor?s point of origin to wherever specified by the USBP. Bids should includ cost per mile for transport of 1 to 6 horses. The U.S. Border Patrol may use its own truck(s) and trailer(s) to haul horses. In that case no mileage will be paid. The contractor will have to provide a detailed invoice on a monthly basis. Invoice processing takes approximately 30 days after it is received at the Indianapolis office. Contractor will usually be notified in August if their contract will be extended for the next year. Note: contract extension into the next physical year (starting Oct 1st) usually result in delayed payments due to congressional constraints. All efforts will be made by this office to process payments as soon as possible. The contractor will be required to have a local business license, Federal Tax ID number, obtain a Dunn and Bradstreet number, and register in the governments Central Contract Registration (CCR). This may require direct/electronic deposit of your payments. This will only be required IF YOU ARE AWARDED THE CONTRACT. The contractor and all employees are subject to a criminal history and background investigation.
 
Place of Performance
Address: Oroville, WA Border Patrol area of operations., Office physical address:, 1105 Main St,, Oroville, WA
Zip Code: 98844
Country: USA
 
Record
SN00955047-W 20051222/051221075228 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.