Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2010 FBO #3042
SOURCES SOUGHT

88 -- Staten Island, NY USPP Ferrier Service for the Staten Island and Jamaica Bay Unit Stable

Notice Date
3/22/2010
 
Notice Type
Sources Sought
 
Contracting Office
USPP - United States Park Police 210 New York Avenue, Fort Wadsworth Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q3972100114
 
Response Due
3/26/2010
 
Archive Date
3/22/2011
 
Point of Contact
Lori A. Achkar Contract Specialist 7183544715 Lori_Achkar@nps.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 Sources Sought Notice. Sources are being sought for 8(a) concerns, HUBZone small business concerns, Service Disabled Veteran Owned Small Business concerns and Small Business concerns who are capable of providng the required services described herein. The NAICS code for this procurement is 112920 Horse and other Equine Production The size standard is $0.75 million. 1. Requirement: The Contractor shall provide all management, supervision, labor, office space, materials, tools, supplies, equipment and transportation necessary to perform Farrier services to the 4 horses of the United States Park Police Horse Mounted Patrol Unit, in the New York Field Office. The Contractor will have a Mobile Unit that enables Farrier services to be performed at the two (2) separate USPP Stables in addition to other areas in which the United States Park Police Horse Mounted Patrol Unit performs law enforcement duties within the New York Field Office. Each party will exercise their best efforts to uphold the mission of the USPP Horse Mounted Unit to provide law enforcement service, via horse mounted patrol, to the public in the National Parks while maintaining the health and well being of the horses. 2. Certifications The Contractor shall be a qualified Farrier with a minimum of (3) to five (5) years of working experience with (3) three past performance references. References shall include company name, point of contact and contact phone number. While there are no licensing requirements, to maintain consistent standards, the Contractor will maintain certification from the Brotherhood of Working Farrier Association (BWFA), the American Farrier's Association (AFA) along with a minimum of Level 1 Cytek Horse Shoeing certification. The Contractor shall be in good business standing in the New York Area with both Liability and Workmen's Compensation Health Insurance. A copy of these certificates and policies shall be provided to the Contracting Officer when requested. 3. Delivery The Contractor shall be available to provide both scheduled and emergency service, 274 days per year under extremely short notice. All service must be authorized by the Contracting Officers's Representative with prior approval from the Contracting Officer. The contractor shall schedule appointments with the COTR every 6 weeks for hoof care and shoeing service. 4.The Contractor is responsible to provide all non-emergency/scheduled hoof care and shoeing services. The shoeing services shall include the following:1. Trim and balance all four hoofs for free and sound movement of the horse2. New Cytek shoeing of all four feet3. Resetting of Cytek shoes on all four feet4. Two new Cytek, two reset of Cytek shoes5. Drill and Tap for studs/pegs in Cytek shoes6. Both new and reset Natural Balance shoes for both two and four feet7. Two and four new and/or reset rim shoes with Drill Tek8. Corrective shoeing for hooves, when necessary, to include but not limited to:a. Epoxy workb. Glue on shoesc. Dalmer Cuff Glue ond. Hot shoeinge. Tighten shoesf. Rim padsg. Aluminum shoesh. Clipsi. Packing materialj. Medicated pine tark. Equi-Than Hoof Packingl. Unspecified padding materialm. Full pads9. Maintain shoeing records on all USPP HMP equine10. Ability to work closely with veterinarian to provide corrective shoeing to address diagnosis 5. Locations The location of the two (2) USPP HMP Stables are: Staten Island Unit Stable - Tennessee Road, Fort Wadsworth SI Jamaica Bay Unit Stable - B169th Street Rockaway, Queens NY 6. Prices charged to the Government shall be as low or lower than those charged the Vendor's most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. 7. The Government is obligated only to the extent of authorized purchases actually made under the Purchase Order Agreement. 8. The Vendor shall take reasonable precautions to prevent fraudulent use of the Purchase Order Agreement including, but not limited to, purchases by unauthorized individuals, purchases exceeding dollar limitations, and purchases outside the scope of the Purchase Order Agreement. 9. The Vendor shall document all purchases at the time of the transaction or delivery. Invoices submitted for payment must contain the following minimum information:a) Vendor's nameb) Purchase Order numberc) Date of transaction d) Date of delivery (if different)e) Itemized list of supplies or services furnishedf) Quantity, unit price, and extension of each itemg) Signature of buyer 10. An original itemized invoice shall be submitted monthly or upon expiration of this Purchase Order Agreement, whichever occurs first, for all purchases made during a billing period and for which payment has not been received. Payment will be made monthly in arrears. 11. Payment may be made by Third Party Draft, government charge card or electronic fund transfer. 12. Interested parties shall contact Lori Achkar at Lori_Achkar@nps.gov by 12pm March 26, 2010; Phone number 718-354-4715. 13. The written RFQ will be issued on March 30, 2010 only to interested vendors. The date for receipt of quote is April 8, 2010. 14. Insterested Parties should provide a contact name, phone number and Business Address. 15. Parties must register in CCR; visit the CCR website at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3972100114/listing.html)
 
Place of Performance
Address: USPP Fort Wadsworth210 New York AvenueStaten Island, NY 10305
Zip Code: 10305
 
Record
SN02098761-W 20100324/100322234418-37cf263f0f71d91bcd03da55dff10937 (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.