Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOLICITATION NOTICE

R -- Farrier Services - Attachments to Soliciation

Notice Date
9/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541940 — Veterinary Services
 
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
20104813-Farrier-USBPSD-2
 
Archive Date
9/29/2018
 
Point of Contact
Micky L. Hallman, Phone: 5204072816, Nicholas F. Martinelli, Phone: 202-345-5534
 
E-Mail Address
micky.l.hallman@cbp.dhs.gov, nicholas.f.martinelli@cbp.dhs.gov
(micky.l.hallman@cbp.dhs.gov, nicholas.f.martinelli@cbp.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attch3 - WDOL - SD County Attch2 - Pricing Matrix (Appendix B) - Solicit Attch1 - SOW w-Appendix A&B - Solicit 20104813-FARRIER-USBPSD-2 - FARRIER SERVICES - CBP, USBP SAN DIEGO SECTOR This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 20104813-FARRIER-USBPSD-2 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 541940 - Veterinary Services. This requirement is open and unrestricted; any qualified/eligible entities, regardless of size may submit proposals. The solicitation pricing will start on the date this solicitation is posted and will end on September 14, 2018, 5:00PM Eastern Time or as otherwise displayed. Only email submission(s) will be accepted. Subject line of email(s) should read: RFQ# 20104813-FARRIER-USBPSD-2 / FARRIER SERVICES / CBP, USBP - SAN DIEGO SECTOR. Submissions must clearly indicate what is being provided. Submit all proposals to Contract Specialist Micky Hallman at the following email address: micky.l.hallman@cbp.dhs.gov. The following must be adhered to when submitting proposal attachments: •1. No more than 5 pages (single-sided) describing Technical and Management Approach (Factor 1). 2. No more than 3 pages (single-sided) for Past Performance (Factor 2). 3. Fully completed Pricing Matrix (Tabs 1 & 2) for Price (Factor 3); Pricing Matrix is provided at Attachment 2 of the solicitation. Please Note: Only Orange highlighted cells in TAB 2 need to be updated; all other cells within the tab are set up to auto calculate pricing values. In addition to providing pricing as indicated on the attached Pricing Matrix, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. In order for an offeror's proposal to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. Failure to do this may result in the offer being removed from consideration. Due to restrictions on the size of email, ensure that all emails submitted are less than 25MB. If the proposal exceeds 25MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. Submissions must be received not later than the exact time specified in the solicitation to be considered for award. Time of receipt shall 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 / limitations. The U.S. Customs and Border Protection (CBP), U.S. Border Patrol (USBP), San Diego Sector, requires the following services: USBP seeks a contractor who has the capability to provide farrier services for approximately 30 government-owned horses utilized by San Diego Sector, Horse Patrol Unit. The contractor shall provide all certified and licensed labor, supervision, travel, equipment, and supplies ensuring expert equine farrier services are provided to horses housed at multiple locations throughout the San Diego area of operations. Farrier services are required on a recurring basis and in accordance the Statement of Work attached to this solicitation. The estimated periods of performance for this contracting instrument are as follows: Base Period (6 months): September 21, 2018 - March 20, 2019 Option Year 1 (12 months): March 21, 2019 - March 20, 2020 Option Year 2 (12 months): March 21, 2020 - March 20, 2021 Option Year 3 (12 months): March 21, 2021 - March 20, 2022 Primary Requisitioning Office: U.S. Customs and Border Protection U.S. Border Patrol, San Diego Sector Headquarters 7684 Pogo Row San Diego, CA 92154 ****Question Submission: Prospective offerors must submit any questions concerning the solicitation at the earliest time possible, but not later than September 12, 2018 (5:00pm Eastern Time), to enable the Buyer to respond. Questions must be submitted directly to the Primary Point of Contact identified for the solicitation. Questions not received prior to close of the solicitation may not be considered. **** Proposals MUST be good for 60 calendar days after close of RFP. Pursuant to applicable regulations and guidelines, this solicitation requires offeror's to be registered within the System for Award Management (SAM) prior to award. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: •- FAR 52.212-1, Instructions to Offerors - Commercial Items; •- FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications ; •- FAR 52.212-4, Contract Terms and Conditions - Commercial Items; •- FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, provisions/clauses in paragraph (a) and in paragraph (b): 52.202-1, 52.203-5, 52.203-7, 52.203-18, 52.204-4, 52.204-7, 52.204-8, 52.204-10,, 52.209-6, 52.209-10, 52.216-24, 52.216-25, 52.217-9, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-44, 52.222-50, 52.223-5, 52.223-10, 52.223-17,52.223-18, 52.223-19, 52.225-13, 52.225-25, 52.232-1, 52.232-34, 52.232-39, 52.233-2, 52.233-3, 52.233-4, 52.242-15, 52.243-1, and 52.244-6 •- The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. EVALUATION CRITERIA FOR AWARD 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. (a) 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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The quote with the lowest evaluated price will be evaluated for technical acceptability. Only if that quote is found to be technically unacceptable will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote is found. The following factors shall be used to evaluate technical acceptability of the lowest priced offeror: 1. TECHNICAL (non-price) Offerors shall meet the technical specifications outlined in the Statement of Work (SOW). Offerors must describe in sufficient detail how they will meet the customer's specifications/requirements. 2. PAST PERFORMANCE (non-price) Offerors will be evaluated on their recent (within the past 3 years) performance of relevant work as described in the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. The Government will consider this information, as well as information obtained from any other sources, when evaluating offeror's past performance. Offerors will not be evaluated favorably or unfavorably on past performance if they have no record of relevant past performance or for whom information on past performance is not available. 3. PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. Pricing shall be entered into the Pricing Matrix (Tabs 1 & 2) provided at Attachment 2 of the solicitation. Pricing shall be identified for individual services (menu) pricing, per-horse costs for each period of performance, total price for each period of performance, and total contract cost (one 6-month Base period + three 1-year Option Periods). The aggregated price for all periods of performance shall reflect the total price to the Government at contract award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise said option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to award without discussions with Offerors. (End of provision) ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016) In accordance with, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 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). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. 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. Contractor assistance with IPP 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) CONTRACTING OFFICER'S AUTHORITY (MAR 2003 ) Reference: FAR 1.602-1; 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) 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 completed within 45 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. Definition: Logical Access means providing an authorized user the ability to access one or more computer system resources such as a workstation, network, application, or database through automated tools. A logical access control system (LACS) requires validation of an individual identity through some mechanism such as a personal identification number (PIN), card, username and password, biometric, or other token. The system has the capability to assign different access privileges to different persons depending on their roles and responsibilities in an organization. (End of clause) Contracting Office Address: 4760 N Oracle Rd, Suite 100 Tucson, AZ 85705 Places of Performance: See Statement of Work (SOW). Attachments: 1. Statement of Work (SOW). 2. Pricing Matrix - Appendix A. 3. WDOL San Diego County.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20104813-Farrier-USBPSD-2/listing.html)
 
Place of Performance
Address: CBP / USBP - San Diego Sector Headquarters, 7684 Pogo Row, San Diego, California, 92154, United States
Zip Code: 92154
 
Record
SN05072898-W 20180907/180905231028-6c106af3c3e9361642c51b77274774cd (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.