Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOLICITATION NOTICE

88 -- HORSE AND ANCILLARY EQUIPMENT RENTAL

Notice Date
12/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112920 — Horses and Other Equine Production
 
Contracting Office
Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG10T0006
 
Response Due
12/15/2009
 
Archive Date
2/13/2010
 
Point of Contact
Annette Logan, 915-568-3991
 
E-Mail Address
Fort Bliss DOC
(annette.logan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. 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. Quotes are being requested and a writing solicitation will not be issued. Solicitation number W911SG-10-T-0006 is issued as a Request for Quotation. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification Systems (NAICS) of 112920; size standard is $0.75 million. This solicitation is issued under FAR subpart 13.5, Test Program For Certain Commercial Items. One contract is anticipated to be awarded as a result of this RFQ. The term of the contract is one year with a base period starting February 1, 2010 and ending January 31, 2011. The contract will have four (4) one-year options, for the period of February 1, 2011 to January 31, 2015. The Directorate of Contracting, Fort Bliss, TX is requesting a firm-fixed price quotation for the rental of horses and ancillary equipment for patrolling the Fort Bliss Training Complex (FBTC) and surrounding areas. Contractor will provide horses to be utilized by USACAS Battalion, Fort Bliss, TX to monitor the FBTC and surrounding areas. The FBTC consists of 1.1 million acres of maneuver land subdivided into 52 separate training areas; 4 permanent impact areas; 65 established live-fire ranges; 9 field artillery firing groups; 14 mortar firing points; 3 Convoy L/F ranges; 12 major missile firing ranges; 6 airborne drop zones; 5 FAA Restricted Airspaces (R5103A/B/C and R5107A/k) and the Centennial Bombing Range. The following are the Contract Line Item Numbers (CLIN 0001): Base Year: Rental fee for horse. The horse(s) should be between 3 and 18 years of age, weigh between 750 and 1,300 pounds, in good health, properly shod, and kept in good physical condition by a grain and hay ration. All work performed with the contracted horses and equipment shall be within the FBTC. The contractor shall be responsible for the maintenance, care, feeding and storage of the horse(s). Contractor shall provide all saddles and tack and ensure that it is in good working condition and comfortable to support a rider who will be riding 8 hours or more per day. Ancillary equipment to be provided with each horse shall be one (1) stock saddle, with double rigging in good condition; one (1) bridle, made of leather or nylon, consisting of bits, headstall, curb strap, and reins; one (1) halter, made of leather or nylon; one (1) breast strap, made of leather or nylon; one (1) set of hobbles, made of leather or nylon; two (2) saddle blankets, made of good fleece; one (1) set of saddle bags; one (1) curry comb; and two (2) horse brushes. Cost for Clin 0001 at $__________per MONTH per HORSE. (CLIN 1001): Option Year One: Rental of horses and ancillary equipment remains the same as base year. Cost for Clin 1001 at $__________per MONTH per HORSE. (CLIN 2001): Option Year Two: Rental of horses and ancillary equipment remains the same as base year. Cost for Clin 2001 at $__________per MONTH per HORSE. (CLIN 3001) Option Period Three Rental of horses and ancillary equipment remains the same as base year. Cost for Clin 3001 $__________per MONTH per HORSE. (CLIN 4001) Option Period Four Rental of horses and ancillary equipment remains the same as base year. Cost for Clin 4001 at $__________per MONTH per HORSE. CONTRACTOR SHALL PERFORM AND ADHERE TO THE FOLLOWING MINIMUM STANDARDS. Based on the above requirements, the contractor shall provide one (1) to seven (7) ranch horses and their ancillary equipment to support the Fort Bliss Range Monitor program. The horse(s) shall have a gentle disposition, be trained to perform all types of ranch work including roping and sorting livestock, be trained to be hauled in a trailer, be able to travel and work in rocky mountainous areas, and have no bad habits (i.e. sling head, wringing of tail, prance, biting, kicking, etc). Any horse displaying any bad habits shall be deemed unsuitable or unsafe by Range Monitors and shall be removed from service until it is determined to be properly trained. The Government may need to use the horses provided for 8 hours or more at any given time. However, the horses normally shall not be ridden more than 10 hours per day, unless needed on an emergency basis. Delivery and Pickup: The Government shall provide the contractor at least a two-hour notification for pickups. Pickup location shall be located within 30 road miles of Building 9500, Patriot Street, McGregor Base Camp, New Mexico, Fort Bliss, Texas, 79916. The contractor shall ensure the horse(s) is/are taken to a veterinarian every 6 months for a physical examination to ensure the animals health. All veterinarian fees shall be contractors responsibility. Veterinarian reports of examinations, vaccinations shall be required on an annual basis and copies submitted to the Contracting Officer Representative (COR). Any horse that appears ill or unsuitable for riding will be refused by the Range Monitor. Horses hooves shall be regularly maintained and shod at all times. Range Monitors may refuse a horse missing one or more shoes upon pickup or a horse that is not well groomed and presentable (i.e. missing hair, unbrushed mane or open sores/wounds). Upon refusal a horse, the contractor shall have the capability to provide a replacement. The Government shall be responsible for loss or damage/injury to the horse(s) and/or ancillary equipment only if such loss or damage/injury occurred during Government use. All equipment and horses shall be inspected by the Government and the Contractor upon pickup and drop off prior to acceptance. This inspection shall be in written form. Any claims arising from loss or damage to the horse(s) and/or ancillary equipment shall be sent to the COR with two (2) estimates for replacement or repair. The horse(s) and ancillary equipment shall be regularly stored or housed at a suitable location selected by the contractor, not on Fort Bliss property. This location must be within 30 road miles of Building 9500, Patriot Street, McGregor Base Camp, New Mexico, Fort Bliss, Texas, 79916, and must be accessible to the Government 24 hours a day, Sunday through Saturday, 365 days a year. The Contractor shall provide a point of contacts name and phone number which will be used for emergencies, etc. Any violation of prescribed standards not remedied within 7 10 days shall be grounds for termination of contract. The Government shall award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the RFQ, is most favorable to the Government with price and other factors considered. The following factors shall be used to evaluate offerors' technical capability. Award shall be made to the lowest price technically acceptable offeror considering all other evaluation factors. PAST PERFORMANCE: Each offeror shall describe their past performance on similar contracts held within the last three years which are of a similar scope, magnitude and complexity to that which is detailed in this RFQ. Past performance shall be evaluated in the following manner: The Government shall assess the offeror's ability to perform, including the offeror's likelihood of achieving success in meeting the contract requirements. The offerors are to provide a narrative discussion of similar projects of a similar size and dollar value, which have been successfully completed in the past three years. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. Past Performance shall be assessed and assigned a narrative rating in the evaluation. The Government shall evaluate each offeror's past performance based on the information submitted by the offeror, as well as information that the Government collects by itself. Offerors shall be given credit for good past performance and lose credit for poor past performance, and neither receive nor lose credit for no past performance data. TECHNICAL CAPABILITY: Offerors demonstrated current capacity for horses and equipment shall also be evaluated. Offerors shall describe current capacity to provide the required equipment and supplies. This capacity description may outline equipment that the offeror currently has available, or the method by which the offeror intends to achieve the capacity required (i.e., lease, rental, purchase, subcontract, etc.). The following provisions and clauses apply and may be accessed electronically at www.arnet.gov/far, www.farsite.hill.af.mil: 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, 52.212-3, Offeror Representations and Certifications, Commercial Items (must be completed and submitted with the offer); 52.212-4, Contract Terms and Conditions, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (including 52.219-6, 52.219-14, 52.219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33); 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 52.203-3, 252.225-7001, 252.232-7003, 252.247-7023(iv)); and 252.204-7004. Offers are due December 15, 2009, 1:00 p.m.,Mountain Standard Time, at: Directorate of Contracting, Bldg 2021 Club Rd, ATTN: Annette Logan, Fort Bliss, TX 79916-6812. Inquiries shall be in written form and mailed or delivered to the address above or faxed to (915) 568-5643 or emailed to annette.logan@us.army.mil. All responsible sources may submit a quotation and shall be considered. Point of Contact Annette Logan, Contract Specialist, Phone 915-568-3991, Fax 915-568-5643, E-mail annette.logan@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c5330f9607a35bb92ee14d18558be970)
 
Place of Performance
Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02013906-W 20091203/091201235701-c5330f9607a35bb92ee14d18558be970 (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.