Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
SOLICITATION NOTICE

X -- Horse Boarding for Three Horses - Original Package

Notice Date
3/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112920 — Horses and Other Equine Production
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Border Enforcement Contracting Division - Mountain Branch, 4760 N Oracle Rd, Suite 100, Tucson, Arizona, 85705, United States
 
ZIP Code
85705
 
Solicitation Number
20104320
 
Archive Date
4/10/2018
 
Point of Contact
Matthew P Redman, Phone: 5204072814, Kirk W. Hunt, Phone: 5204072811
 
E-Mail Address
Matthew.P.Redman@cbp.dhs.gov, Kirk.W.Hunt@CBP.DHS.Gov
(Matthew.P.Redman@cbp.dhs.gov, Kirk.W.Hunt@CBP.DHS.Gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Wage Determination Attachment 3 - Pricing Sheet Attachment 2 - Evaluation Factors Fill-in Attachment 1 - Statement of Work General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: 20104320 Classification Code: X - Rental and Lease NAICS Code: 112920 - Horses & Other Equine Production Contracting Office Address: Department of Homeland Security, Border Enforcement Contracting, Pacific Branch, 4760 Oracle Road, STE 100, Tucson, AZ 85705 I. Description: •(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. •(ii) This solicitation is issued as a Request for Quote (RFQ) against 20104320 for Horse Boarding services. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 (Effective:19 Jan 2017). (iv) This proposed acquisition is a 100% Small Business Set-Aside. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): CLIN 0010: Hoarse Boarding Services - Eureka, Montana Description: This requirement is for horse boarding in accordance with the attached Statement of Work (SOW). II. Proposal Submission •(i) The solicitation will end on March 26, 2018 at 9:00 AM Mountain Standard Time (MST). •(ii) Email submissions only. Submit all proposals to Contract Specialist Matthew Redman, at the following email address: Matthew.P.Redman@CBP.DHS.Gov Subject line of the email should read: 20104320 - Horse Boarding - USBP. (iii) Emailed submissions must be in separate attachments and clearly indicate what is being provided. The following criteria must be followed when submitting proposal attachments: 1. Quotation documents must be in Microsoft Word or Excel (or compatible). 2. No more than five (5) single-sided pages total for Technical Evaluation Factor 1. 3. No more than three (3) single-sided pages total for Technical Evaluation Factor 2. 4. Submission of a fully completed Unit Pricing Sheet for each individual period of performance for Technical Evaluation Factor 3, in accordance with Attachment Two (2) for this solicitation. Pricing shall be submitted for Base Year and Option Year periods of performance. Fixed Unit pricing shall be provided based on a fully burdened rate, fixed for the duration of the contract period(s) of performance. Price variations shall only be allowable based on Department of Labor wage determination changes from one period of performance to another, or dependent on emergency conditions at the time of emergency service requirements. (iv) Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. (v) Submissions must be received no later than the exact time specified in this solicitation to be considered for award. Time of receipt will be determined by the government's email receipt time. It is the prospective Offeror's responsibility to ensure this is done according to the above restrictions. (vi) Pricing shall be entered using the Pricing Sheet at Attachment 2 of this synopsis/solicitation to provide prices for each individual period of performance. Aggregate price for all periods of performance shall reflect the total price to the Government at award. •(vii) ****Question Submission : Interested offerors must submit any questions concerning the solicitation at the earliest time possible, but not later than March 16, 2018 (9:00am Mountain Standard Time), to enable the Buyer to respond. Questions must be submitted directly to the Proposal Submission Point of Contact (POC) as indicated in Section II(ii) of this solicitation document. Questions not received within a reasonable time prior to close of the solicitation may not be considered. **** •(viii) Proposals MUST be good for 30 calendar days after close of RFP. •(ix) This solicitation requires registration within the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. III. Period of Performance (PoP): April 1, 2018 - March 31, 2019 (Base year) April 1, 2019 - March 31, 2020 (Option Year 1) April 1, 2020 - March 31, 2021 (Option Year 2) April 1, 2021 - March 31, 2022 (Option Year 3) April 1, 2022 - March 31, 2023 (Option Year 4) (60 months if all options exercised). •IV. Place of Performance: The place of performance shall be within 15 miles from: Eureka Border Patrol Station 7695 Airport Rd. Eureka, MT 59917. V. Evaluation Factors and Award •(i) Quotations that do not respond to all requirements in the solicitation may be found non-responsive without further evaluation, deliberation, or discussion. The Government may find non-responsive any quotation that is evaluated to be significantly not compliant with the solicitation requirements, unrealistically high or low in price, or reflects a failure to comprehend the complexity and risks of the work to be performed. The proposal must meet all minimum requirements defined in the SOW, in order to be evaluated on the below factors. •(ii) The Government reserves the right to award without discussions with Offerors. •(iii) Award shall be made to that Offeror whose proposal is determined to represent the best value to the Government. In making the best value determination, the Government considers all the evaluation factors listed below, and when combined, the Facilities factors are more important than price. FAR CLAUSES NOTE: One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. See below Federal Acquisition Regulation (FAR) Clause 52.212-2 Evaluation Criteria to be used in evaluation for this award. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors (with associated sub-factors) shall be used to evaluate offers: 1) Facilities; 2) Past Performance and: 3) Price. (b) This solicitation will use four ratings to evaluate and grade the quotations. The ratings will be: Exceptional, Good, Acceptable, and Unacceptable FACTORS: 1. Facilities a. Proximity to the Eureka Station. b. Security of facility c. Tack Room Conditions d. Road conditions e. Availability of a grazing pasture. d. Covered area for farrier, Concrete Preferred. 2. Past Performance a. Offerors shall provide not more than three (3) contracts/orders where the Offeror has performed similar requirements in the past three (3) years. These projects/contracts/orders can include those performed for the federal, state, and local governments, commercial industry and those performed for private organizations. b. The Government may obtain Past Performance information from other than the sources identified by the Offeror. 3. Price a. Fully burdened monthly pricing. Monthly pricing will be evaluated to ensure that all costs associated with providing the service is included. b.. The base year and four option years will be added together to create the total price evaluated. c. Offerors must completely fill out the attached Proposal Pricing Worksheet for each year to be considered. (End of provision) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JUL 2013) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six (6) months. The Contracting Officer may exercise the option by written notice to the Contractor within thirty (30) Days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of Clause) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (Executive Order 13658) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR 1984) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803) CBP CLAUSES CONTRACT TYPE (OCT 2008) This is a Firm Fixed Price Purchase Order. [End of Clause] TERM OF CONTRACT (MARCH 2003) The term of this contract is from April 01, 2018 through March 31, 2019. [End of Clause] CONTRACTING OFFICER'S AUTHORITY (MAR 2003) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. [End of Clause ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016) Beginning April 11, 2016, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment terms for existing contracts and orders awarded prior to April 11, 2016 remain the same. The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to April 11, 2016. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. -Complete, accurate and printable invoice The IPP was designed and developed for Contractors to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. (End of Clause) GOVERNMENT CONSENT OF PUBLICATION/ENDORSEMENT (MAR 2003) Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. [End of Clause] NON-PERSONAL SERVICE (MAR 2003) 1. The Government and the contractor agree and understand the services to be performed under this contract are non-personal in nature. The Contractor shall not perform any inherently Governmental functions under this contract as described in Office of Federal Procurement Policy Letter 92-1 2. The services to be performed under this contract do not require the Contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather, the Contractor's employees will act and exercise personal judgment and discretion on behalf of the Contractor. 3. The parties also recognize and agree that no employer-employee relationship exists or will exist between the Government and the Contractor. The Contractor and the Contractor's employees are not employees of the Federal Government and are not eligible for entitlement and benefits given federal employees. Contractor personnel under this contract shall not: (a) Be placed in a position where there is an appearance that they are employed by the Government or are under the supervision, direction, or evaluation of any Government employee. All individual employee assignments any daily work direction shall be given by the applicable employee supervisor. (b) Hold him or herself out to be a Government employee, agent or representative or state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as such and specify the name of the company of which they work. (c) Be placed in a position of command, supervision, administration or control over Government personnel or personnel of other Government contractors, or become a part of the government organization. In all communications with other Government Contractors in connection with this contract, the Contractor employee shall state that they have no authority to change the contract in any way. If the other Contractor believes this communication to be direction to change their contract, they should notify the CO for that contract and not carry out the direction until a clarification has been issued by the CO. 4. If the Contractor believes any Government action or communication has been given that would create a personal service relationship between the Government and any Contractor employee, the Contractor shall promptly notify the CO of this communication or action. 5. Rules, regulations directives and requirements which are issued by U.S. Customs & Border Protection under their responsibility for good order, administration and security are applicable to all personnel who enter U.S. Customs & Border Protection installations or who travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control that is inconsistent with a non-personal services contract. [End of Clause] ADDITIONAL CONTRACTOR PERSONNEL REQUIREMENTS (OCT 2007) The Contractor will ensure that its employees will identify themselves as employees of their respective company while working on U.S. Customs & Border Protection (CBP) contracts. For example, contractor personnel shall introduce themselves and sign attendance logs as employees of their respective companies, not as CBP employees. The contractor will ensure that their personnel use the following format signature on all official e-mails generated by CBP computers: [Name] (Contractor) [Position or Professional Title] [Company Name] Supporting the XXX Division/Office.. U.S. Customs & Border Protection [Phone] [FAX] [Other contact information as desired] [End of Clause] •(x) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. •(xi) NOTE: One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. •(xii) NOTE: Any additional terms and conditions that are submitted as part of a vendor's quote to this RFQ that are inconsistent with this RFQ or the Federal Acquisition Regulation (FAR) will result in that quote being considered non-responsive and ineligible for award. (End of provision) SPECIAL SECURITY REQUIREMENT & CONTRACTOR PRE-SCREENING (SEP 2011) 1. Contractors requiring recurring access to Government facilities or access to sensitive but unclassified information and/or logical access to Information Technology (IT) resources shall verify minimal fitness requirements for all persons/candidates designated for employment under any Department of Security (DHS) contract by pre-screening the person /candidate prior to submitting the name for consideration to work on the contract. Pre-screening the candidate ensures that minimum fitness requirement are considered and mitigates the burden of DHS having to conduct background investigations on objectionable candidates. The Contractor shall submit only those candidates that have not had a felony conviction within the past 36 months, illegal drug use within the past 12 months from the date of submission of their name as a candidate to perform work under this contract. Contractors are required to flow this requirement down to subcontractors. Pre-screening involves contractors and subcontractors reviewing: a. Felony convictions within the past 36 months. An acceptable means of obtaining information on felony convictions is from public records, free of charge, or from the National Crime Information Center (NCIC). b. Illegal drug use within the past 12 months. An acceptable means of obtaining information related to drug use is through employee self-certification, by public records check; or if the contractor or subcontractor already has drug testing in place. There is no requirement for contractors and/or subcontractors to initiate a drug testing program if they do not have one already in place. c. Misconduct such as criminal activity on the job relating to fraud or theft within the past 12 months. An acceptable means of obtaining information related to misconduct is through employee self-certification, by public records check, or other reference checks conducted in the normal course of business. 2. Pre-screening shall be conducted within 15 business days after contract award. This requirement shall be placed in all subcontracts if the subcontractor requires routine physical access, access to sensitive but unclassified information, and/or logical access to IT resources. Failure to comply with the pre-screening requirement will result in the Contracting Officer taking the appropriate remedy. (End of Clause) Attachments: 1. Statement of Work (SOW) - Solicit 2. Evaluation Factors Fill-in. 3. Pricing Sheet 4. Wage Determination, Lincoln County, Montana
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20104320/listing.html)
 
Place of Performance
Address: Within 15 Miles from:, 7695 Airport Rd., Eureka, Montana, 59917, United States
Zip Code: 59917
 
Record
SN04852302-W 20180315/180313231110-ac86d86f52dd14d6d7e16992f9d5b636 (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.