SOLICITATION NOTICE
R -- Animal Control Services
- Notice Date
- 8/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 812910
— Pet Care (except Veterinary) Services
- Contracting Office
- ACA, Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
- ZIP Code
- 76544-5025
- Solicitation Number
- W45CMJ6207LE02
- Response Due
- 9/1/2006
- Archive Date
- 10/31/2006
- Small Business Set-Aside
- N/A
- 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. Solicitation number W45CMJ6207LE02 is issued as a Request for Quotation. This solicitation document, incorporated provisions and clauses are those effective through FAC 05-11. The NAICS c ode is 812910 and small business size,$6.5M. Acquisition is for full and open competition. Description of service requested: Animal Control Officers (2 Full Time Employees, 1 Part Time Employee)to provide year round, on-site services at Fort Hood, Texas. Solicitation Request for Quote includes BASE YEAR, 1 Oct 2006 - 30 Sep 2007, and 4 OPTION YEARS. Quote proposals MUST meet the conditions of the Performance Work Statement (see below). The Government will provide facilities, equipment, maintenance suppor t, utilities, telephone and refuse service as outlined in Section 3 of the Performance Work Statement. Animal Control Officers must have current and valid professional certifications before starting to work or within 6 months of employment. Animal Control Officers are required to maintain BASIC certification in accordance with standards established by Texas Animal Control Association, PO Box 150637, Lufkin, TX 75915-0637, 1-800-324-8503. FAR 52.212-1 Instructions to Offerors-Commercial, applies to this acq uisition. Addendum to this provision, paragraphs D,E and H do not apply to this solicitation. Evaluation will be made based on the lowest price, technically acceptable offer, meeting the conditions of the Performance Work Statement. Offerors quote propos al must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial. Full text of all provisions and clauses can be obtained online at http://www.arnet.gov/far. FAR 212-4 Contract Terms and Conditions - Comm ercial Items, apply to this solicitation. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items and the following additional, referenced clauses apply to this acquisition: 52.219-6, 52.222-3, 52.2 22-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-49, 52.225-13.52.232-25, and 52.232.33, 52.222-42, 52.249-4, 52.000-4056, 52.000-4057 and 52.000-4052. 52.217-8 Option to Extend Service and 52.217-9 Option to Extend Contract are applicable to t his acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial procurement and additional referenced clauses apply as follows: 252.225-7001, 252.225-700 3, 52.204-7 and DFARS 252.204-7004, Alt 4. Local provisions regarding payment and Alternate Dispute Resolution are applicable, DFAR 252.232-7010 Levies on Contract Payments. Quote proposals for Base Year and each Option Year are due no later than 1 Septem ber 2006, 1200 Noon CST via Army Sing Facsimile quotations are acceptable at 254-287-5354. Inquiries or email quotes can be addressed to Martha L. Jackson at email address martha.l.jackson@us.army. mil or phone 254-287-5361. Local Clause 52.000-4057 ELE CTRONIC FUNDS TRANSFER (EFT) PAYMENT 1. When payment will be accomplished by electronic funds transfer, in accordance with FAR 52.232-33, Contractor shall render an ORIGINAL invoice and three (3) copies to the address contained in the Payment Will Be Made block on page one of the order or award contract. Contractor can also follow the procedures for electronic invoicing on the Wide Area Workflow (WAWF), POC is Electronic Business Operational Support Team, 866-618-5988. All contractors must be registered i n the Department of Defense Contractor Registration (CCR) database prior to any contract award. ANIMAL CONTROL PERFORMANCE WORK STATEMENT 1.1 SCOPE OF W ORK. The contractor shall provide personnel necessary to perform animal control services at Fort Hood Texas, as defined in this Performance Work Statement (PWS) except as specified in section 3.2.1 as Government Furnished Property (GFP). The contractor shall p erform to the standards and specifications in this contract. 1.2. PERSONNEL. 1.2.1 The contractor shall provide personnel possessing the skills, knowledge and training to satisfactorily perform the services required by the contract. Personnel performing under this performance work statement shall remain employees of the contractor and will not be considered employees of the Government. 1.3 PERSONNEL APPEARANCE 1.3.1 Contractor personnel shall maintain a clean, neat appearance while on duty. The contractor shall furnish an identification badge, which shall include as a minimum, the person's name, picture, name of the contractor, and title Animal Control Officer . The identification badge shall be worn on the front of the body between the neck and waist, and such badge must be visible at all times. 1.4 MINIMUM PERSONNEL QUALIFICATIONS 1.4.1 The contractor shall ensure that the animal control officer has the following current and valid professional certifications before starting work, or obtain certification within 6 months of employment: The animal control officer will maintain BASIC c ertification as an animal control officer in accordance with standards established by the Texas Animal Control Association, PO Box 150637, Lufkin, TX 75915-0637; 1-800-324-8503. 1.5 CONFLICT OF INTEREST 1.5.1 The contractor shall not employ off-duty quality assurance personnel, or any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The contractor shall not employ any person w ho is an employee of the Department of Defense either military or civilian, unless such person seeks and receives approval in accordance with military regulations. In addition, the contractor shall not employ any person who is an employee of the Departmen t of Defense if such employment would be contrary to the policies contained in guidance on conflict of interest directives. 1.5.2 The contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station (PCS) change in duty hours, or deployment. Military reservists and National Guard members may be subject to r ecall to active duty. The abrupt absence of these personnel could adversely affect the contractor's ability to perform. Their absence at any time shall not constitute an excuse for nonperformance under this contract. 1.6 CONDUCT OF PERSONNEL 1.6.1 The selection, assignment, reassignment, transfer, supervision, management, and control of contractor personnel in the performance of this work statement will be the responsibility and prerogative of the contractor; however, the contractor shall comp ly with the general intent and specific policies set forth in the performance work statement and in regulations concerning conduct of any employee as referenced herein. When the government directs, the contractor shall restrict the employment under the co ntract or remove from performance on the contract any person who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.7 VEHICLE OPERATION 1.7.17 Contractor personnel shall comply with directives pertaining to operation of privately owned vehicles on Fort Hood in accordance with Texas Traffic Laws, Fort Hood Regulation 190-5, Army Regulation 190-5, and Fort Hood Regulation 190-2. 1.8 QUALITY CONTROL 1.8.1 The contractor shall implement a simple quality control program that identifies potential and actual problem areas in providing requirements of the contract as specified and results in corrective action throughout the life of the contract. Quality Control Plan (QCP) shall be provided to the Contracting Officer no later than 10 days after contract award. The Government will make final review and acceptance of the QCP and any subsequent changes within 10 days. The basic tenant of the plan is that the contractor is responsible for quality. All methods, procedures, and forms shall support this concept. 1.9 QUALITY ASSURANCE 1.9.1 The government will evaluate the contractor's performance under this contract using the quality assurance procedures specified in Attachment 1. The government will record all observations. When an observation indicates defective performance, the Qu ality Assurance Evaluator (QAE) will request the contractor's representative to initial the observation. However, the government's right to perform additional inspections shall not be limited to the requirements in this statement. 1.10 PERFORMANCE EVALUATION MEETINGS 1.10.1 The designated contract representative may be required to meet at least weekly with the QAE and the Contracting Officers Representative (COR) during the first month of the contract. Meetings will be as determined by the COR. The Government will s chedule meetings, but the contractor may request a meeting to be scheduled. The written minutes prepared by the Government shall be signed by the designated contractor representative, COR, and QAE. Should the contractor not concur with the minutes, the c ontractor shall so state any areas of nonconcurrence in writing to the contracting officer within ten calendar days of receipt of the signed minutes. 1.11 PHYSICAL SECURITY. 1.11.1 Key Control. The contractor shall establish and implement methods of ensuring that all keys issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. No keys issued to the contractor by the gove rnment shall be duplicated. The contractor shall develop procedures covering key control that will be included in the simple quality control plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locke d areas. 1.11.2 The contractor shall report any occurrences of a lost key to the COR. 1.11.3 In event a key is duplicated, misplaced, or lost, all keys for that system will be replaced by the Government. The contractor shall reimburse the Government for replacement of locks or rekeying required as a result of keys being duplicated, mispl aced, or lost by the contractor or contractor personnel. The contractor shall also reimburse the Government for any government property lost or stolen as a result of unauthorized key duplication, misplaced key or loss of key by contractor personnel. 1.11.4 It is the responsibility of the contractor to prohibit the use of keys issued by the government by any persons other than the contractor's personnel. 1.12 SAFETY AND HEALTH REQUIREMENTS 1.12.1 The contractor shall comply with the Occupational Safety and Health Act (OSHA). Contractor personnel shall wear safety items required by OSHA during the performance of tasks requiring protective equipment and clothing. 1.12.2 The contractor shall safeguard and maintain all government property as well as provide for the safety and well being of personnel in the administration of this contract. 1.12.3 Ensure that all employees assigned to animal handling duties receive a pre-exposure rabies vaccination prior to being assigned duties, which involve handling animals. 1.13 ACCIDENT REPORTING 1.13.1 The contractor shall maintain an accurate record of accidents resulting in traumatic injury or death and accidents resulting in damage to government property, supplies and equipment. The contractor shall report accidents to the COR immediately. 1.14 Reports: 1.14.1 Contractor Manpower Report Requirements. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site wher e the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https:// contractormanpower.army.pentagon.mil NOTE For in-theater contracts, requiring activities have the option of requiring more frequent reporting. Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data 2.2.2 TECHNICAL DEFINITIONS PECULIAR TO THIS PWS 2.2.1 Stray. Wandering, unattended, outside fenced enclosure and UNRESTRAINED. 2.2.2 Domestic. Dogs or cats are the most common, but includes other animals normally kept in a household. 2.2.3 Patrol. Operates a motor vehicle in a random manner. 2.2.4 Impound. Confining animal to cage mounted on vehicle, transporting it to Fort Hood Stray Animal Facility (Bldg 4902), placing dogs in dog runs by size/sex (males with males/females with females) with no more than three (3) dogs per run. Aggressive dogs will be placed in individual runs. Cats will be placed in cat cages with no more than one cat per cage. Provide food and water. Complete FH MDA Form 123 (Stray Card) and attach to cage or dog run. 2.2.5 Duty day. 0700-2200, Sunday through Saturday, including federal holidays. One Twenty minute period will be provided for lunch/break. 2.2.6 Humane. With compassion, tenderness, avoiding any use of force which could cause unnecessary pain, injury or suffering. 2.2.7 Urban wild life is the responsibility of the DPW Pest Control Officer. The Pest Control Officer will not respond to domestic animal requests within the residential areas to include, West Fort Hood Travel Camp and Lake BLORA Recreation Services. GOVERNMENT FURNISHED PROPERTY AND SERVICES 3. GENERAL. The government will provide facilities and or services listed below without cost. 3.1. PROPERTY. 3.1.1. The contractor shall not use property provided by the Government for any purpose other than in the performance of this contract. 3.2 GOVERNMENT FURNISHED EQUIPMENT 3.2.1 The government will furnish and/or make available the following: cat traps, cat tongs, dog traps, dog/cat transport carrier, catch poles, pet food, protective gear (talon and rabies gloves),and two vehicles with two way radio (includes fuel, and mai ntenance), which will be operated on a dedicated Game Warden/Animal protection frequency except in the event of an emergency. During emergencies a designated alternate frequency will be assigned. 3.3 FACILITY 3.3.1 The Government will provide the facility. The facilities have been inspected for compliance with the Occupational Safety and Health Act (OSHA). 3.3.2 In the event that GFE is damaged or lost through neglect, the contractor will be required upon direction of the COR to repair or replace GFE as necessary. 3.4 SERVICES. 3.4.1 Utilities. The government will furnish electricity, water, sewage, heating and air conditioning for the facility. 3.4.2 Telephone. The government will provide local telephone service consisting of adequate number of telephone lines to use in accordance with matters related to the performance of this contract. 3.4.3 The government will provide for refuse service. 3.4.4 Real Property Maintenance. The government will provide maintenance and repair of real property facilities. 3.4.5 Engineering. The government will provide fire prevention/protection, inspection, pest control, and grounds maintenance. Fire department telephone extension is 287-4968 or 117 for emergencies. 3.4.6 Emergency Medical Services. The government will provide emergency medical treatment and emergency pat ient transportation for contractor personnel. The contractor shall reimburse the government for the cost of medical treatment and patient transportation service at the current inpatient or outpatient transportation service at the current inpatient or outp atient treatment rate as appropriate. 3.4.7. Department Of The Army Police. The government will provide general on base law enforcement services. D.A. Police phone extension is 287-4021 or 287-4001. 3.4.8 Equipment Maintenance. The contractor will perform all maintenance on all contractor-owned property. CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1. GENERAL. Except for those items or services specifically stated to be government furnished in 3.2.1, the contractor shall furnish everything required to perform this performance work statement. All contractor furnished property and operations shall meet applicable federal, state, local, and Department of Defense and Army laws, codes, and regulations. Contractor furnished property is subject to Government inspection. Contractor furnished property that is inoperable or unserviceable for any reason, i ncluding failure to meet safety requirements, shall be removed and replaced or repaired immediately by the contractor at the contractor's expense. 4.2 EQUIPMENT. The contractor shall provide the following: 4.2.1 Cellular phone with local service of at least 250 minutes per month. 4.3. MINIMUM QUALITY STANDARDS. 4.3.1. Contractor's property shall be in good repair and clean. SPECIFIC TASKS 5.1. GENERAL. The contractor shall patrol all cantonment and housing areas. The Contractor will respond to the, Belton Lake Outdoor Recreation Area (BLORA), and training areas only when dispatched. Maps of the areas will be made available upon beginning daily tour of duty. Hours of operations are 0700-2200 Sunday-Saturday, including federal holidays. Two Government vehicles will be provided to pick up all stray domestic animals as observed or as dispatched to; pick up other category domestic animals as d irected by the Police Station; and transport all animals to the Fort Hood Stray Animal Facility. Personnel who are directly involved in patrolling, picking up/impounding of domestic animals will maintain communications with the Police Station via cellular telephone, or vehicle mounted radio. The key word is domestic as all urban wild life is the responsibility of the DPW Pest Control Officer. 5.1.1. Each morning no later than 0700 the contractor shall begin random patrol of cantonment and housing areas for stray domestic animals. The contractor will respond to BLORA and training areas as dispatched. The contractor shall be patrolling and avai lable to receive calls until 2115hrs. 5.1.2. The contractor shall also notify the Police Station at 287-4021 or 287-4001 that he is present for duty to receive calls and is patrolling at random. The contractor shall provide the person contacted with the cellular phone number at which he can be contacted. 5.1.3. During patrol, the contractor shall pick up in a humane manner all stray domestic animals; transport to the Stray Animal Facility, building #4902; and impound. 5.1.4. During patrol, the contractor shall receive telephonic and radio calls from the Police Station to impound domestic animals that have been involved in bite/scratch cases, are creating a nuisance or hazard, or have otherwise been ordered to be impoun ded. The contractor shall proceed to the specified location, arrive approximately within 30 minutes from being notified, pick up the described domestic animal in a humane manner, and impound. 5.1.5. The contractor shall notify the COR when owners of stray animals have been located/identified so that appropriate citations may be issued. 5.1.6. Upon observation that a domestic animal in custody displays signs of injury, illness, or any other trauma, which indicates the domestic animal, is in need of immediate medical attention, t he contractor shall immediately notify a Veterinary Clinic representative at 287-6981, or Beeper # 903-3658. 5.1.7. Upon being notified of an area being frequented by stray domestic animals, the contractor shall coordinate with the person responsible for the property and place traps that are specifically designed for the humane capture of domestic animals. The c ontractor shall periodically check all traps to ensure that no trapped animal is subjected to extreme weather conditions, lack of food or water, or any other adverse conditions that could cause harm or injury to the trapped animal. 5.1.8. Upon impounding a domestic animal, the contractor shall not release the domestic animal to any person, including the owner, other than a Veterinary Clinic representative. 5.1.9. The contractor shall not accept any unwanted, sick, or injured animals from their owners. The contractor shall tell all persons who do not want their pets or whose pets need medical attention to contact the Veterinary Clinic (287-6981) during norm al duty hours or to take their pet to a civilian veterinarian at their own expense. 5.1.10. The contractor shall report a daily summary of activities on the form provided at the beginning of the daily tour of duty. The report shall include areas patrolled, total mileage driven, animals captured and impounded, and any other significant a ctivity or problems associated with animal control to the COR no later than the next duty day. 5.1.11. The contractor shall begin disinfecting all vehicles and animal carriers used for transporting domestic animals NLT 2115 hours daily in accordance with Code of Federal Regulations Title 9, Sec 3.1.1 5.1.12. The contractor shall only use animal handling equipment that has been specifically designed for the humane treatment of domestic animals. 5.1.l3 The vehicle used to patrol Fort Hood and transport domestic animals will be equipped with cages specifically designed to transport, confine, and segregate domestic animals in a humane manner. SECTION C-6 APPLICABLE REGULATIONS. SPECIFICATIONS. AND FORMS 6. Documents applicable to this Performance Work Statement (PWS) are listed below. The contractor is obligated to follow these documents to the extent they are applicable to the work required by the PWS. The listed publications and an initial supply of listed forms shall be furnished at the start of the contract. e. Publication Publication Title Publication Number Date FH Reg 190-5 Fort Hood Traffic Code 1 Feb 93 Army Reg 190-5 Motor Vehicle Traffic Supervision 8 Jul 88 FH Reg 190-2 Motor Vehicle Traffic Supervision 1 Apr 88 MDA Form 123 Stray Card 1 Feb 90
- Place of Performance
- Address: ACA, Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
- Zip Code: 76544-5025
- Country: US
- Zip Code: 76544-5025
- Record
- SN01126110-W 20060827/060825221446 (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 |