Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SOLICITATION NOTICE

R -- Farrier Services including shoeing, trimming and pulling

Notice Date
1/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - ROMO - Rocky Mountain National Park 1000 Hwy 36 Estes Park CO 80517
 
ZIP Code
80517
 
Solicitation Number
P12PS22206
 
Response Due
2/24/2012
 
Archive Date
1/29/2013
 
Point of Contact
Kris O'Neil Contract Specialist 9705861236 Kris_O'Neil@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice Type: Combined Synopsis/Solicitation P12PS22206Title: Farrier Services at Rocky Mountain National Park and Ft. Laramie National Historic Site (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotes are being requested and a written solicitation will not be issued. (2) This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing document number P12PS22206 in accordance with the instructions in this announcement (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. (4) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 115210. The small business size standard is $7 million in annual sales. (5) This combined synopsis/solicitation is for purchase of the following commercial item: Farrier services for stock including shoeing, pulling and trimming. Base plus 2 option years. (6) Description of requirement is as follows: REQUIREMENTS OF FARRIER: 1.Capability to shoe 8-10 head of stock per day. 2.Furnish a complete set of shoeing tools and equipment.3.Furnish all shoeing materials.4.Capability to produce a properly balanced foot and a solidly attached shoe that will remain in place for six to eight weeks. A. Shoeing Materials: 1.Shoes shall be manufactured of hot dropped forged steel.2.Shoes shall be a new Keg shoe consisting of metal iron with toe and heel calks.3.Sizes of shoes will range from 000, 00, 0, 1, 2, 3 and 4.4.Shoes shall be the proper size for the hoof to which they are attached.5.As needed; a hard surface, such as borium, should be applied to each metal shoe. No less than 8 nails should be used with each shoe.6.Nails shall be the appropriate size for the shoes utilized. B. Standards: 1.Shoeing of stock will be done in a workmanlike manner in accordance with standard horse shoeing practices.2.Sole Preparation: Soles shall be cleaned of excess dead tissue and pared away to provide proper relief. Commissures shall be cleaned. Frog shall be pared of excess and dead material to ensure that commissures are open beneath the heel bulbs and not blocked. Bars shall be properly trimmed. Seat of corns shall be properly cleaned of dead tissue.3.Hoof Preparation: Hoofs shall be level and trimmed to insure even weight bearing. Flares shall be removed prior to shoe application. Heels shall also be equal in length and height. (Proper length of heel must be maintained in order to keep horse from walking on bulbs of heels)4.The hoof should be trimmed to a standard angle of foot: 48 - 52. Slope of pastern determines angle of foot.5.Each shoe will be required to be shaped on site.6.Balance: The foot shall be balanced anteriorly/posteriorly and medially/laterally. The hoof shall bear weight evenly and be centered under the leg.7.Shoe Preparation: Shoes shall be level and shaped to allow for expansion, especially concerning the heels.8.Shoes shall be correctly sized and shaped to fit the particular horse or mule hoof, addressing any conformation abnormalities.9.Nails: Nails shall be driven evenly to a height of 3/4" to 1". Clinches shall be a minimum of 1/8", appropriately set, and lightly rasped to remove sharp edges. 10.Nails tips should be removed from corral grounds using a magnet11.Some stock may need to be sedated before shoeing which will be administered by a veterinarian. The NPS will schedule and procure any veterinarian services required. (7) Time and Location of Work to be Performed: BARN LOCATIONS: Services will be provided in 3 locations for the park's stock operations: Estes Park, CO: east side operations for Rocky Mountain National Park (RMNP); Grand Lake, CO (CRD or west side operations of RMNP); and at Fort Laramie National Historic Site (FOLA), Fort Laramie, WY (Usually performed twice during the winter season when the stock is at winter pasture, in September/October and again in March/April). 1. East Barn - 863 Sundance Circle Drive, Estes Park, CO 80517 2. CRD Barn - 211 Country Rd 491, Grand Lake, CO 80447 3. Fort Laramie National Historical Site - 965 Gray Rocks Road, Fort Laramie, WY 82212 WORK SCHEDULE: Shoeing: Shoeing services shall be provided on a previously determined schedule agreed upon between the contractor and Lead Packer or Trails Foreman before May 1st, 2012. Each horse/mule will be shoed 3 times per season and a fourth shoeing might be necessary given the seasonal packing work load. If a fourth shoeing is deemed necessary, then services will be requested on a on-call basis and scheduled by the Lead Packer or Trails Foreman. Pulling and Trimming: Spring trimmings will be performed on all RMNP stock at the FOLA location in April. This service will be scheduled by the Lead Packer or Trails Foreman to accommodate all stakeholders schedules and weather. Fall pulling and trimmings will be performed on all RMNP stock at the East Barn location and FOLA locations which will also be scheduled by the Lead Packer or Trails Forman. (The Government also has approximately 5 animals that are retired to pasture at FOLA that require bi-annual trimming.) LOCATION ESTIMATED HEAD 1. East Barn 182. CRD barn 113. Fort Laramie Pasture 5 Minimum shoeing per day 4 Head Maximum shoeing per day 10 Head Anticipated Service Dates:Spring trimming will occur at Ft. Laramie during the month of April. Fall Pulling and Trimming will occur at RMNP East Barn during the months of September and October. Approximate dates for shoeing will be every 6-8 weeks after the initial shoeing in the spring, usually in April or May. Barn Operations: RMNP East Barn: 7:00-5:30 M-TH from April to October. RMNP CRD Barn: 7:00-5:30 M-TH from June to October. FOLA: To be scheduled through the Trails Foreman or Lead Packer in March/April and September/October. No service to be performed on federal government holidays or weekends. STOCK: Stock will be made available to the contractor by the NPS, which will furnish personnel to wrangle and catch the stock to be shod/trimmed. (8) Period of Performance: Base Year: March 1, 2012 - November 30, 2012;Option Year 1: March 1, 2013 - November 30, 2013; Option Year 2: March 1, 2014 - November 30, 2014. (9) Provision FAR 52.212.-1, Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition. Successful offeror must be registered at the following websites before an award can be made: www.ccr.gov; and https://orca.bpn.gov. Please include company's DUNS number in proposal. Price quotes may be mailed to Kris O'Neil, Contract Specialist, Rocky Mountain National Park, 1000 Hwy 36, Estes Park, CO 80517; or may be faxed to (970) 586-1257; or e-mailed to Kris_O'Neil@nps.gov. Quotes must be received no later than 4:00 pm, MST, February 24, 2012. Do not respond electronically through fedbizopps.gov to this solicitation. These offers will not be considered. FAR clauses may be found at the following website: www.acquisition.gov/far. Quotes shall be submitted in the format below, as a price per head, with all costs inclusive in the firm fixed price. If no item exists for a portion of the work, include the price in a related line item. In case of error in extension of prices, the unit price governs. In case of error in summation, the total of the corrected amounts govern. This is an indefinite delivery indefinite quantity solicitation, with the minimum and maximum quantities listed by line item below. Price quotes shall be submitted based on the minimum quantities listed. Price quotes must include all line items listed; failure to do so may render the quote unacceptable. Estimated dates for each location and service are listed below, but the exact dates of service will be scheduled in advance. Prior experience and past performance information must be included with the price quote, as described below. The base year will be awarded, and option years to be awarded each fiscal year listed below, in accordance with the FAR clauses incorporated. Price Quote: BASE YEAR - March 1, 2012 - November 30, 2012 1. Location: Ft. Laramie; Service: Trimming; Dates: April 1 - May 31, 2012 Minimum of 34, maximum of 40. price/hd_______ x 34 = total line price_______________ 2. Location: RMNP East Barn; Service: Shoeing; Dates: May 1 - September 30, 2012Minimum of 54; maximum of 76 price/hd________ x 54 = total line price ______________ 3. Location: RMNP CRD Barn; Service: Shoeing; Dates: May 1 - September 30, 2012Minimum of 33, maximum of 44. price/hd_________ x 33 = total line price_______________ 4. Location: RMNP East Barn; Service: Trimming & Pulling; Dates: Sept. 1 - Nov. 30, 2012Minimum of 29, maximum of 35. Price/hd__________ x 29 = total line price___________ 5. Location: Ft. Laramie; Service: Trimming; Dates: Sept. 1 - Nov. 30, 2012Minimum of 5, maximum of 5. Price/hd__________ x 5 = total line price ___________ Total cost for Base year (total of lines 1 - 5 above) ______________________________ OPTION YEAR 1 - December 1, 2013 - November 30, 2013 1. Location: Ft. Laramie;Service: TrimmingDates: April 1 - May 31, 2013Minimum of 34 and maximum of 40price/hd________ x 34 = total line price ______________ 2. Location: RMNP East Barn;Service: ShoeingDates: May 1 - Sept. 30, 2013Minimum of 54, maximum of 76price/hd________ x 84 = total line price ______________ 3. Location: RMNP CRD Barn;Service: ShoeingDates: May 1 - Sept. 30, 2013Minimum of 33, maximum of 44.price/hd_________ x 33 = total line price _____________ 4. Location: RMNP East Barn;Service: Trimming & PullingDates: Sept. 1 - Nov. 30, 2013Minimum of 29, maximum of 35price/hd _________ x 29 = total line price ____________ 5. Location: Ft. Laramie;Service: TrimmingDates: Sept. 1 - Nov. 30, 2013Minimum and maximum of 5price/hd__________ x 5 = total line price ____________ Total cost for Option year 1 (lines 1 - 5 above) ___________________________________ OPTION YEAR 2 - December 1, 2014 - November 30, 2014 1. Location: Ft. Laramie;Service: TrimmingDates: April 1 - May 31, 2014Minimum of 34, maximum of 40.price/hd___________ x 34 = total line price____________ 2. Location: RMNP East BarnService: ShoeingDates: May 1 - Sept. 30, 2014Minimum of 54, maximum of 76price/hd___________ x 84 = total line price ____________ 3. Location: RMNP CRD Barn;Service: ShoeingDates: May 1 - Sept. 30, 2014Minimum of 33, maximum of 44price/hd___________ x 33 = total line price___________ 4. Location: RMNP East BarnService: Trimming & PullingDates: Sept. 1 - Nov. 30, 2014Minimum of 29, maximum of 35.price/hd____________ x 29 = total line price____________ 5. Location: Ft. LaramieService: TrimmingDates: Sept. 1 - Nov. 30, 2014Minimum and maximum of 5price/hd____________ x 5 = total line price ______________ Total cost for Option Year 2 (lines 1 - 5 above)_______________________________ Grand total Quote of Base plus 2 Option years _______________________________ In addition to the price quote, offerors shall include: 1. Prior Experience - Offerors must include examples of previous work performed in similar environments and similar scope to demonstrate the ability to meet the requirements of this solicitation. This information should be limited to about 1 page and should include, but is not limited to, the following information: the owner/organization(s) for whom services were provided, a description of the stock and the total number of stock serviced, types of services provided, length of service, etc. 2. Past performance - Offerors must include at least 3 contacts for past performance, including name, organization, phone number and e-mail (if possible) for the 3 most relevant services completed in similar environments and scope. Past performance is a measure of the degree to which the offeror has satisfied its customers in the past. The NPS will evaluate offerors' past performance based upon the references provided by the offeror, the Government's knowledge of offerors' past performance; and/or references obtained from any other source. The Government reserves the right to limit the number of references is ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. The Government shall attempt to contact the same number of references for each offeror. (10) FAR 52.212-2, Evaluation - Commercial items (Jan 1999) applies to this acquisition. Paragraph (a) is hereby completed as follows: Non-price factors include past performance and prior experience. Evaluation procedures under Simplified Acquisition, FAR Part 13.106-2 will be followed. This acquisition will be awarded based upon the best value to the government considering price and the non-price factors listed above. Each of the non-price factors is approximately equal in importance. When combined, non-price factors are approximately equal to price. The government may elect to accept other than the lowest priced quote when the perceived benefits of a higher priced quote merit the additional cost. (11) Provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2011) applies to this acquisition. All offerors shall complete and submit the provision to the Contracting Officer with their offer if they do not have an active listing in ORCA (Online Representations and Certifications.) (12) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial items (June 2010) applies to this acquisition. (13) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jan 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33. Provision 52.225-2. This solicitation is subject to the following additional clauses: 52.222-41, The Service Contract Act of 1965 (Nov 2007). The applicable wage rates include Larimer and Grand Counties of Colorado, and Goshen County in Wyoming, and may be found at the following URL: : http://www.wdol.gov/sca.aspx. The current Wage Determination No. for Grand County is 2005-2081, Revision No. 11, dated June 13, 2011; the current Wage Determination No. for Larimer County is 2005-3009, Revision No. 13, dated June 13, 2011. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) 52-217-09, Option to Extend the Term of the Contract (March 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. 52.217-05, Evaluation of Options (July 1990) 52.217-08, Option to Extend Services (Nov 1999) 52.216-18, Ordering (Oct 1995). Paragraph (a) is completed as follows: Such orders may be issued from March 1, 2012 through Nov. 30, 2012 for the base year, and the same period for each subsequent option year, if the government determines to exercise the Option Years. 52.216-19, Order Limitations (Oct 1995). (a)(b)(c) Orders will be placed in accordance with the schedule established after award..(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in the quote schedule, unless that order is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to perform the service(s) called for and the reasons. Upon receiving this notice, the Government may acquire the services from another source. 52.216-22, Indefinite Quantity (Oct 1995). Paragraph (d) is completed as follows: Contractor shall not be required to perform any services under this contract after November 30, 2014. 1452.228-70 Liability Insurance - Department of Interior (July 1996): (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of insurance shall be not less than as follows: $200,000 each person$500,000 each occurrence$200,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning work. DIAPR 2010-18 (May 2010), Authorities and Delegations Notice to Contractors (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract;(2) Waive or agree to modification of the delivery schedule;(3) Make any final decision on any contract matter subject to the Disputes Clause;(4) Terminate, for any reason, the Contractor's right to proceed;(5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provision of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (14) This Request for Quote is an Indefinite Quantity Indefinite Delivery (IDIQ) solicitation, with a base year and 2 option years. The Government intends to award a firm fixed-price order resulting from this solicitation. (15) Any questions regarding this solicitation shall be directed to Kris O'Neil, Contract Specialist, (970) 586-1236; Kris_O'Neil@nps.gov Contracting Office Address: Rocky Mountain National Park 1000 Hwy 36Estes Park, Co 80517
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22206/listing.html)
 
Place of Performance
Address: Estes Park, CO; Grand Lake, CO; Ft. Laramie National Historic Site, WY
Zip Code: 80517
 
Record
SN02663682-W 20120201/120130234441-2bf81559821b63156bffa1f76cd0977f (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.