SOLICITATION NOTICE
88 -- K9 DOG & TRAINING FOR MATHER, CA
- Notice Date
- 3/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115210
— Support Activities for Animal Production
- Contracting Office
- VA Central California Health Care System;2615 E. Clinton Ave;Fresno CA 93703
- ZIP Code
- 93703
- Solicitation Number
- VA-261-10-RQ-0114
- Response Due
- 3/22/2010
- Archive Date
- 5/21/2010
- Point of Contact
- Jeff WallenContract Specialist
- E-Mail Address
-
Contract Specialist
(jeffrey.wallen@va.gov)
- 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 solicitation, VA-261-10-RQ-0114, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. This procurement is a Total Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 115210 and the small business size standard is $7.0M.Description of Requirement: 1. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Provide one (1) male German Shepherd between the ages of eight (8) months to two (2) years of age. Provide training to the K9 and VA handler to include supplies. 2. Performance Period: The contractor shall complete the work required under this SOW in 365 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor's proposal, the contractor's proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 3. Type of Contract: Firm-Fixed-Price. Description of Tasks and Associated Deliverables: 1. Vendor must have been or employ someone who was/is a California P.O.S.T. Certified Peace Officer. Vendor must be or employ someone recognized by the State of California as an expert witness in TRAILING. Vendor must have handled or employ someone who has previously handled a TRAILING dog in a real world environment such as Law Enforcement Search and Rescue with at least 10 years of experience. If the Vendor is qualifying this experience based on an employee, this employee must have been employed by this Vendor for a minimum of 2 full years prior to the award date of this contract. Vendor must provide 5 references for which they have provided TRAILING dogs. 2. CANINE: Provide one male German Shepherd between eight (8) months & 2 years old. The canine must be at least 8 months old when starting the training with the handler. The company must raise the canine from a puppy (pictures to document training will be required) and they must guarantee in writing the canine has not had any type of aggression training (BITE WORK) to include handler protection. If it is determined the canine has had any type of bite work training the contract will be voided. The dog must be well socialized with people and other animals. The dog will be trained in obedience, narcotic and TRAILING (not tracking). The dog must be able to work on/off leash. The dog will be certified free of hip dysplasia (by a qualified veterinary) and can be registered with the American Kennel Club. The dog will need a current Health Certificate. 3. TRAINING: A minimum of a 4 week Basic Handler Course to include but not limited to trailing, narcotics, obedience, K-9 safety, health care, feeding, medications, storage of training aids, reward schedules and principles of conditioning at the basic level. If you feel the need to have a school longer than 4 weeks, please annotate in the bid. This training will occur at the selected company's training facility. K-9 will return to Sacramento with handler. Contract will also require one day during the month for maintenance training throughout the year. There will also be a full week of training once a quarter for the first year. This training will be conducted to ensure the K-9 progress in all stages of training (narcotics certification) and to ensure the intermediate and advanced level of trailing certification is obtained. The monthly and quarterly training will be conducted in Sacramento, CA. Curriculum must be pre-approved by the Chief, VA Police NCHCS. Company will provide unlimited phone consultation for any training questions or difficulties encountered during training. So a minimum of 4 weeks on your site and 3 weeks (1 week a quarter) throughout the year at our site. At the end of the 365 days of this contract the canine will be certified in advanced TRAILING and certified by the California Narcotic Canine Association. Both certifications will be arranged by the vender and the price should be included in the contract. If you have other training plans please submit with your bid. 4. EQUIPMENT REQUIRED: 1) Custom leather trailing harness, 2) Custom 30 foot leather long lead, 3) Custom leather collar-3 inch wide with K-9 name, 4) Large Sprenger Prong collar, 5) inch by 5 foot leather lead, 6) Dogtra 3500NCP single dog E-collar, 7) Vari-kennel 700, 11) Ultra Kong, 8) Nylabone Galileo-super size, 9) Dog food for a year: to be delivered to Police Service, 10535 Hospital Way, Mather, CA 95655 once per quarter. Confidentiality and Nondisclosure It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. The provisions 52.212-1, Instructions to Offerors (JUN 2008), as modified, applies to this acquisition. In your quote, please provide: company name, address, telephone number, date of quote, quote price; Tax ID #; and DUNS Number, Additionally, your company shall be registered in the Central Contractor Registry (CCR) System and your online Representations and Certifications shall be completed at the following website: http://orca.bpn.gov/publicsearch.aspx. If Offeror is not registered in the Online Representations and Certifications Application, they shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items with their quote. Addendum to FAR 52.212-1 includes VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008). The provision at 52.212-2, Evaluation-Commercial Items (JAN 1999), as modified, applies to this acquisition. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The individual item price will be evaluated for price reasonableness. Only quotes that conform completely to the requirements in the Statement of Work will be considered. The Government intends to make award without discussions. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. If an offeror cannot comply with all requirements, that quote will not be acceptable. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, past performance (see FAR 15.304), price. Technical and past performance, when combined, are approximately equal in importance when compared to price. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) with addendum is applicable to this acquisition. Addendum to 52.212-4: 52.223-10 Waste Reduction Program (Aug 2000); 52.228-5 Insurance - Work on a Government Installation (Jan 1997); 852.203-70 Commercial Advertising (Jan 2008); 852.237-70 Contractor Responsibilities (Apr 1984). The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2009) with the following cited clauses applicable to this acquisition: 52.222-3 Convict Labor (Jun 2003); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.222-41 Service Contract Act of 1965 (Nov 2007); ); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). The full text of any clause may be accessed electronically at http://www.acquisition.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Jeff Wallen at: e-mail jeffrey.wallen@va.gov; Fax 559-228-6912; or mail directly to (VACCHCS) 90/CCA, 2615 E. Clinton Ave, Fresno, CA 93703. Quotes are required to be received no later than 2:00 PM PST, MONDAY, March 22, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/VA-261-10-RQ-0114/listing.html)
- Record
- SN02086316-W 20100311/100309234346-9c948a24e0ec554a30da4a96b4d8a197 (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 |