Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOLICITATION NOTICE

88 -- Military Working Horses and Military Working Mules BPA

Notice Date
8/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112920 — Horses and Other Equine Production
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-15-Q-0307
 
Response Due
9/4/2015
 
Archive Date
10/26/2015
 
Point of Contact
Stephen Kildow, 785-239-9703
 
E-Mail Address
MICC - Fort Riley
(stephen.j.kildow.mil@mail.mil)
 
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 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. Solicitation Number W911RX-15-Q-0307. The Mission and Installation Contracting Command - Fort Riley has identified a supply requirement for Military Working Horses (MWH) and Military Working Mules (MWM)/. The purpose of this notice to gather multiple sources to award multiple Blanket Purchase Agreements for Fort Riley. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The North American Industry Classification Code (NAICS) 112920 Horses and Other Equine Production. The Small Business Size Standard is $750,000.00 This solicitation shall close on 31 August 2015, 5:00 p.m. Central Time, Supply lists and selection criteria agreements received after this time shall not be considered. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote to MAJ Stephen Kildow, Contracting Specialist, via email to stephen.j.kildow.mil@mail.mil. Contractors are required to acknowledge any amendments to this combined synopsis solicitation. To be eligible for an award, contractor must be registered in the System For Award Management (SAM) database. A contractor can contact SAM at https://www.sam.gov/portal/public/SAM/ NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil/index.xhtml. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/%20#FARSite or www.acquisition.gov/far/. FAR 52.212-1 Instructions to Offerors -- Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Supplies Information: The purpose of developing a Blanket Purchase Agreement (BPA) is to provide that the supplier shall furnish Military Working Horses and Military Working Mules listed individually on an approved pricelist, if and/or when requested by an authorized caller, or the Contracting Officer during the effective period. For additional information please see the attached supply lists and required selection criteria. In responding to this notice, please provide the following: 1. Company profile to include your DUNS number, cage code, and a statement regarding your current business status (small/large), if a small business identify whether or not your classification includes a specific classification. (i.e.-certified 8(a), Service-Disabled Veteran-Owned (SDVOSB), or certified HubZone) 2. Company information to include name, physical address, phone number, and email address. 3. The attached supply lists stating which supplies your company can provide and the first year price list. 4. The attached selection criteria/process with your initials indicating your understanding of minimum specifications and the selection process. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Respondents should not submit any proprietary information when responding to this notice. Respondents should also note that the Government will not return any information submitted in response to this notice. The offers are encouraged to provide the best pricing because each call will be competed amongst all Blanket Purchase Agreement holders. DESCRIPTION OF AGREEMENT Purpose: The purpose of this Blanket Purchase Agreement (BPA) is to provide that the supplier shall furnish Military Working Horses and Military Working Mules listed individually on an approved pricelist, if and/or when requested by an authorized caller, or the Contracting Officer during the effective period. Effective Period: The effective period of this agreement is 1 September 2015 through 30 August 2020 unless sooner terminated in writing by the Contracting Officer or the contractor. Any termination will require a minimum of thirty (30) days written notice to either party addressed herein. An annual inspection of the BPA shall be conducted on or within 30 days of its anniversary, and the pricelist shall be approved on an annual basis by the Contracting Officer. Calls placed and/or accepted outside of an approved pricelist shall be the sole responsibility of the contractor. Extent of Obligation: The Government is obligated only to the extent of the calls actually placed against this BPA by authorized personnel. The contractor accepts all risk of non-payment by accepting calls from non-authorized personnel, and/or outside of the effective period. Call Limitations: Authorized callers may place individual calls under this agreement not to exceed $50,000.00 per call. Authorized Callers: The Contracting Officer shall provide a list of personnel authorized to place calls under this BPA. The Authorized Callers list shall include the Name, Rank, Phone Number, and the authorized dollar limitation for each individual authorized callers. Only individuals identified in the authorized caller list may place calls up to the agreed amount. Contractor acceptance of calls placed by individuals not on the authorized caller list shall be at the sole risk of the contractor. All warranted Mission & Installation Contracting Command - Fort Riley, Contracting Officers and their agents, are authorized to place calls against this BPA. No other military unit, or office on Fort Riley or Fort Hood is authorized to place calls against this BPA. Pricing: This is an unpriced BPA, subject to maximum pricing established either in this BPA or in the BPA holder's proposal which is considered incorporated in this BPA. All pricing for an individual call shall be established in accordance with the BPA holder's quote submitted in response to a request by a BPA Authorized Caller. Inspection and acceptance: The inspection and acceptance of MWH or MWM will consist physical evaluation to determine if candidates meet minimum selection criteria and a veterinary examination. Preference is for contractors to deliver candidate MWH(s) or MWM(s) to the 1st Cavalry Division, Horse Cavalry Detachment for evaluation against required selection criteria and to undergo a physical examination from the Fort Hood Public Health Command Veterinarian in accordance with AR 40-905. HCD and veterinary personnel can travel to Contractor location if agreed upon in advance. Upon satisfactory completion of evaluation and physical examination, the Contracting Officer will issue a delivery order for the total agreed purchase price. MWH(s) or MWM(s) that do not meet required selection criteria and/or do not pass the physical examination will be rejected and returned to the contractor at no cost to the government. Method of Payment: A. Billing Period: Individual calls shall include a method of payment per each call placed. There is no additional billing period for this BPA. B. Invoice Payment: All invoices shall be submitted through Wide Area Work Flow. Registration for WAWF can be completed at a. The contractor shall submit an invoice to the applicable Authorized Caller listed in the paragraph quote mark Authorized Callers quote marked above. b. The contractor's invoice must contain all of the following additional information: i. Name and address of the contractor. ii. Invoice date and number. iii. A copy of the call email(s). iv. Description, quantity, unit of measure, unit price and extended price of the items delivered. v. Date(s) of purchase. vi. Terms of any prompt payment offered. vii. Name and contact information of the contractor representative responsible for payment processing. viii. Name, title and phone number of the person to be notified in the event of defective invoice. ix. Purchases under this BPA are by and for the US Government, which is not subject to state taxes. Therefore, no such taxes shall be included on invoiced amounts. Administration: All correspondence or information pertaining to this BPA shall be addressed to: Mission and Installation Contracting Command 1792 12th St. Fort Riley, KS 66442 Ship To: All deliveries/shipments other than item pick-ups pertaining to this BPA shall be delivered to: 1CD, Horse Cavalry Detachment Attn: Larry Borth Building 69007 Ft. Hood, TX 76544-5027 (254) 287-6307, alternate (254) 287-2229 All shipments under this agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: (i) Name of Supplier (ii) BPA Number (iii) Date of Purchase (iv) Purchase Number (v) Itemized list of supplies furnished (vi) Quantity, unit price and extension of each item, less applicable discounts (vii) Date of Delivery or Shipment Withdrawal of Agreement: A. Withdrawal of this BPA may be affected by either party, giving the other party written notice of intent to withdraw; thirty (30) calendar days prior to the effective date of withdraw. B. The above will not relieve either party from performance or acceptance of those calls which were issued and accepted prior to the effective date of withdrawal, unless otherwise agreed to by the parties herein. Call Restrictions: No call shall be placed by the Government or accepted by the contractor under this agreement outside of the approved effective period or for a product not on the approved pricelist. Calls placed and accepted by the contractor outside of the effective period or by an unauthorized caller shall be the sole risk of the contractor. In addition, no call shall be placed or accepted where the delivery cannot be reasonably provided on or before the expiration or termination of the BPA. Pricing: The contractor warrants that the prices charged to the Government under this BPA shall be as low or lower than those charged the contractor's most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts applied for prompt payment. Pricelists: At the request of the Contracting Officer each agreement holder shall submit an annual price list. The pricelist is valid for one year and shall be approved by the Contracting Officer on an annual basis. The contractor shall provide to the Contracting Officer a pricelist indicating the contractor's prices on an annual basis. The Contracting Officer shall approve the pricelist annually based on a price, fair and reasonableness determination. The approved pricelist shall be distributed to the authorized caller list, the contractor and maintained in the BPA file documentation. Authorized callers are responsible to verify the current pricelist prior to placing calls to the contractor. The approved pricelist is hereby incorporated as attached and signed and dated by the Contracting Officer. Prompt Payment Discount: Under the Prompt Payment Act, any discount offered to the Government is based on the invoice date, not the actual data of receipt in the proper paying office. It is emphasized that once a discount is offered the invoice be addressed to the proper paying office and mailed promptly. The timely submission of a proper invoice in compliance with the contract terms is the key to processing invoices with prompt payment discounts. If the paying office is unable to take the vendor offered discount under the Prompt Payment Act, it is to be remembered that the invoice payment due date reverts to the 30th day after the invoice is received or 30 days after the Government acceptance of supplies delivered and services performed by the contractor, whichever is later. In addition, discounts that do not meet the cost-effective criterion are scheduled for Net (30 days) payment. Discount Terms: NET 30
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d9cd7f6494b7cd6773b5394364a7985d)
 
Place of Performance
Address: 1CD, Horse Cavalry Detachment Bldg 69007 Fort Hood TX
Zip Code: 76544
 
Record
SN03859106-W 20150829/150827235736-d9cd7f6494b7cd6773b5394364a7985d (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.