Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2016 FBO #5207
SOURCES SOUGHT

U -- Specialized Canines

Notice Date
2/23/2016
 
Notice Type
Sources Sought
 
NAICS
812910 — Pet Care (except Veterinary) Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
RMM022320161130
 
Archive Date
3/25/2016
 
Point of Contact
Ryan M. Macdonald, Phone: 7035450701, Stephanie Powell, Phone: 7035450541
 
E-Mail Address
ryan.m.macdonald.civ@mail.mil, stephanie.l.powell28.civ@mail.mil
(ryan.m.macdonald.civ@mail.mil, stephanie.l.powell28.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. In order to proactively plan for future requirements, Washington Headquarters Services (WHS) is conducting market research to locate qualified and interested businesses to provide Specialized Canines, as in this notice. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. II. Background/ Requirement The Pentagon Force Protection Agency (PFPA), Pentagon Police Directorate (PPD) Canine Division acquires, trains, deploys, and certifies explosive detection canine teams in furtherance of our core. Proper selection, socialization and training are paramount in order to establish a successful PPD explosive detection dog team. The Government requires canine acquisition and training services from a Contractor capable of providing the following: (1) Single-Purpose Selection tested canines and Single-Purpose Explosive pre-trained canines. (2) Single-Purpose Explosive dogs capable of forensic explosive detection for area, route, vehicle and building clearance canines with documented performance in providing successful single-purpose handler training. (3) Single-Purpose Selection tested canines and Single-Purpose Patrol pre-trained canines. (4) Single-Purpose Patrol dogs capable of strong defense capabilities, strong social skills towards handler and public, area searches, obedience and apprehension skills/work. (5) Training courses to include training capable of training a law enforcement officer with no canine experience to handle a dog in all explosive type situations. (6) All facilities required for training; joint lodging for the handlers and dogs, all related equipment, to include veterinarian approved transportation kennels, equipment storage and an approved storage facility for Government-owned weapons and ammunition. Canines shall pass PFPA/PPD assessment and selection criteria for breed, physical appearance, weight and health standards. The Contractor shall provide all necessary labor, equipment, gear, training aids, tools, materials, supervision, transportation, fulfillment of training for selected dogs and other items and services necessary to facilitate the procurement of canines and training services for police canines assigned to the PFPA/PPD. III. Instructions All interested businesses having the ability to deliver the required items may submit capability statements via email to the Contract Specialist, Mr. Ryan Macdonald, at ryan.m.macdonald.civ@mail.mil. Responses, in a Word, or Word-compatible document, shall be limited to no more than two (2) pages. "Responses from "all" sources are requested, including Small Businesses, 8(a) Small businesses, HUBZone Small businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women-owned Small Businesses. Responses shall be submitted no later than Thursday, 10 March 2016 at 11:59 a.m. (Arlington, Virginia Local Time). Capability statements will not be returned. Please provide the following information within your statement: (1) Company name. (2) CAGE Code. (3) Business size and, if applicable, socioeconomic status under NAICS Code 812910, Pet Care (except Veterinary) Services. (4) Any other recommended NAICS Code for this effort, and your business' corresponding business size. (5) If applicable, contract vehicle(s) through which your company can provide the required items (e.g., GSA, BPA, IDIQ). (6) Company point(s) of contact and contact information. IV. Capabilities Capability statements must list specific products/services that would meet the specifications listed below. Companies that have the ability to deliver some but not all of the Government's required items are still encouraged to respond, specifying which items they can and cannot provide. Capability statements must also include an estimated delivery time from time of contract placement. (1) The following are requirements for the acquisition of canines: a. Selected canines may be either male or female in gender. b. Weight shall exceed 50 pounds and physical appearance shall include a full healthy coat of fur, intact ears, teeth, legs and tail. c. Selected canines must be Single-Purpose Selection/Tested Canine or Single-Purpose Explosive Canine Pre­ Trained for explosive odor recognition. d. Selected canines shall not be older than 3 ½ years of age. e. Contractor shall provide copies of all medical records for candidate canines including birth certificates, passports, pre-purchase X-Rays, up to date X-Rays, and current physical (no less than 6 months old) at time of PFPA/PPD selection. f. Canine's must be able to search buildings, vehicles, luggage/parcels, lockers, open area interdiction, long range, buried items, IED's and more. g. Have at least six (6) candidate canines of mixed police type sporting/working dog breeds available at any time for selection. h. Contractor shall provide, or have access to, the following items in order for PFPA/PPD representatives to conduct selection testing: dark rooms, stairs (various degrees), ramps, slick floors, open fields, vehicles (various sizes), other canines, box room with explosive odor aids and a training area facility (buildings, warehouse, etc.). i. Contractor must be able to provide PFPA/PPD personnel the ability to access off site areas for further testing if required. j. Canine acquisition provisions shall include a one year, no questions asked return policy (one year for medical, six months for workability) for disqualified canines. The Contractor shall provide candidates for immediate canine replacement at the time a disqualified canine is returned. Replacement canines must match the same criteria as that of an initial canine candidate. (2) The following are the requirements for handler and canine training services: a. Training curriculum should include training for canines, new canine handlers, and canine and handler refresher courses. Training curriculum should also include a course for training senior canine handlers on how to assist junior handlers including providing on-the-job direction. b. The Contractor shall be specialized in training police canine's and handlers for explosive detection and any other specialized training requested by PFPA/PPD. c. Course work for handlers shall cover all aspects of explosive detection to include theories of training, scenarios and practical searches, hidden compartments, cover and distracting odors, problem solving and legal issues. Canines shall be trained with a passive response. Canine teams shall be trained in obedience (both on and off leash), search techniques, patterns and handling skills/techniques. d. Canine teams shall be trained using real world based scenarios in an effort to ensure real life deployment within the Pentagon Reservation. e. Contractor shall have a kennel and boarding facility which is clean and sanitary complying with applicable local, state, and federal regulations and standards and have a large outdoor exercise area for canines to be exercised and trained daily during kennel stays. f. Contractor shall maintain a sufficient stock of equipment and gear necessary to complete all requirements of this SOW to include active explosive materials which are included in the canine training regimen. V. Conclusion Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)." WHS appreciates your assistance with this market research and emphasizes that this notice is for planning purposes only. Questions may be directed to the Contract Specialist, Mr. Ryan M. Macdonald at ryan.m.macdonald.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/RMM022320161130/listing.html)
 
Place of Performance
Address: 9000 Defense-Pentagon, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN04028589-W 20160225/160223235647-cc1a525d6c8c6fd33e4b0492b6fb026b (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.