SOLICITATION NOTICE
R -- Canine Kenneling Service - JFK Int'l Airport, Jamaica, NY
- Notice Date
- 1/24/2024 12:18:41 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812910
— Pet Care (except Veterinary) Services
- Contracting Office
- BORDER ENFORCEMENT CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 70B03C24Q00000056
- Response Due
- 2/6/2024 1:00:00 PM
- Archive Date
- 02/21/2024
- Point of Contact
- Colin A. Colgan
- E-Mail Address
-
colin.a.colgan@cbp.dhs.gov
(colin.a.colgan@cbp.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. The solicitation number is 70B03C24Q00000056 and is issued as a Request for Quotes (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06, Item I. The associated North American Industrial Classification System (NAICS) code for this procurement is 812910 with a small business size standard of $9.0 million. This procurement will be conducted using full and open competition. All qualified, responsible sources may submit quotes in accordance with the provision at FAR 52.212-1, and the additional instructions set forth herein. Quoters are advised that they are responsible for obtaining amendments, if any.� Refer to the provision at FAR 52.212-2 and its Addendum, set forth herein, for the evaluation factors and information on the basis for award.� The Department of Homeland Security (DHS), Customs and Border Protection (CBP), intends to award a Blanket Purchase Agreement (BPA) for the procurement of Canine Kenneling Services.� It is required that all quoters submitting a quote review the attached STATEMENT OF WORK to review all requirements. All quoters submitting a quote shall be required to meet the requirements found in the STATEMENT OF WORK.� As part of CBP�s source selection process, CBP reserves the right to perform an on-site inspection of an apparently successful quoter�s facility to ensure that it meets the STATEMENT OF WORK requirements. Past Performance (for Responsibility Determination): Quoters shall complete and submit summaries for not more than three relevant projects.� Relevant projects are those that are similar to those requested in this contract.� All references should be either ongoing or completed within the last three (3) years.� The relevant and recent project summaries shall include the following information, not to exceed one (1) page per project: Project Name Date of Contract Type of Contract Dollar Value of Contract Period of Performance Description of services provided Name, email, and telephone numbers for points of contact A quoter without a record of relevant past performance or for whom information on past ��performance is not available will not be evaluated favorably or unfavorably on past performance (neutral evaluation) during the responsibility determination. (6) �Technical Capability Statement: Quoters shall provide a technical capability statement, not to exceed ten (10) pages that show how the quoter meets or exceeds the requirement of the Statement of Work (SOW).� The Technical Capability Statement shall include the street address of the facility. Quoters should be aware of the requirement in SOW 13 that the kennel shall be located within a 10-mile radius from the work site at JFK International Airport. (7)� Quoters shall submit the signed SF18, the attached Price Quote Form, a Technical Capability Statement, and Past Performance information for price per day per canine to colin.a.colgan@cbp.dhs.gov no later than 2/6/2024 at 4:00 p.m. ET. Any questions concerning this solicitation must be submitted no later than 1/30/2024 at 4:00 p.m. ET.� All questions and quotes must be submitted via email.� Government responses may be published through SAM.gov so that all interested quoters will have access to the same information. (8) The ordering period of the BPA will be 2/15/2024 through 2/14/2028.� (9)� Attachments - included in RFQ pdf package (a) Statement of Work (b) Wage Determination (c) Price Quote Form
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f9a6f9bcbd4a419b942b7eaaa6439fb7/view)
- Place of Performance
- Address: Jamaica, NY, USA
- Country: USA
- Country: USA
- Record
- SN06943726-F 20240126/240124230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |