SOLICITATION NOTICE
R -- Port of San Francisco Veterinary Services - (Draft)
- Notice Date
- 3/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541940
— Veterinary Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- 20084987
- Archive Date
- 4/2/2015
- Point of Contact
- Tammie Crow, Phone: 520407-2806
- E-Mail Address
-
tammie.crow@cbp.dhs.gov
(tammie.crow@cbp.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Form BPA Price Sheet Statement of Work (SOW) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 20084987 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 541940- Veterinary Services with a Small Business Size Standard of $7.5M. This is a total Small Business Set-Aside Competition and only qualified offerors may submit quotes. The U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO), Port of San Francisco is in need of veterinary services that will most effectively support the mission of the CBP Canine Enforcement Program in accordance with the attached Statement of Work (SOW). Currently, seven (7) mixed-breed Beagles will require veterinary care. The number of canines may fluctuate due to the mission needs of CBP. CBP requires an offeror who will provide all of the necessary labor, materials, supervision, and facilities to satisfy the veterinary requirements of the CBP Canine Enforcement Program on an as-needed daily basis. Basic care and veterinary services are required as needed to include, but not limited to: heartworm test, physical exams, immunizations, sick call diagnosis/treatment, radiology, dental care (including anesthesia), flea/tick treatment, surgery, laboratory services, and medical records administration. Non-routine services shall be provided as directed by the technically qualified canine officer to be identified at the time of award. The U.S. Customs and Border Protection Agency intends to establish a single award Blanket Purchase Agreement (BPA) to fulfill this requirement; however, the Government reserves the right to not award any BPA and does not guarantee any order placements. The resultant BPA award will be five (5) years in duration to begin April 1, 2015 with an aggregate total Not-To-Exceed ceiling amount of $150,000.00. The fixed price per unit will be determined based on a breakdown of all costs and services for veterinary care. The Government anticipates award of a BPA within fourteen (14) days of receipt of quotes. The Government is obligated only to the extent of the authorized purchases made under the BPA. A single-award BPA will be made to the offeror that provides the Lowest Priced Technically Acceptable (LPTA) quote. The Government reserves the right to award without Discussions. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov/. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must complete the listed representations and certifications in the SAM website at https://www.sam.gov/. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-5, 52.209-6, 52.209-9, 52.209-10, 52.214-34, 52.214-35, 52.217-8, 52.217-9, 52.219-1, 52.219-13, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 552.222-41, 52.222-42, 52.222-43, 52.222-50, 52.222-54, 52.222-55, 52.223-18, 52.225-13, 52.225-25, 52.232-1, 52.232-33, 52.232-36, 52.232-39, 52.333-3, 52.233-4. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far. 52.216-1 Type of Contract The Government contemplates award of a Firm-Fixed Price BPA contract resulting from this solicitation. Attachments 1. Statement of Work (SOW) 2. BPA Price Sheet 3. Past Performance Form Evaluation Criteria A single-award BPA will be made to a responsive offeror, whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). Price: Lowest price shall be determined by adding the price per procedure/service per year, in the attached BPA Price Sheet, for all five (5) years proposed by the offeror. The 'Grand Total All 5 Years' will used to rank the lowest price. Technical: To determine technical acceptability, the offeror must be able to provide the services required per the attached SOW by April 1, 2015. CBP may inspect the facility to determine compliance with the requirements outlined in the SOW. Past performance: Past performance will be used to determine risk to the Government. The Government may obtain past performance information from other than the sources identified by the offeror. The Government reserves the right to award without Discussions. Proposal Instructions Offerors must complete the BPA Price Sheet.xls and Past Performance References.docx attachments to be considered for award. The BPA Price Sheet requires the offeror to provide a price per service. Prices quoted must reflect the total price (including any taxes and/or fees) to the Government. This price will represent the maximum price upon award of the BPA. However, vendors may at any time, offer additional temporary, one-time or intermittent volume price reductions of any service stated in the BPA Price Sheet. The Past Performance Information requires the offeror to provide past performance references. Offerors shall provide not more than two (2) references where the offeror has performed similar requirements in the past three (3) years. Question Submissions All questions in response to this solicitation must be submitted electronically (via email) to Tammie Crow at tammie.crow@cbp.dhs.gov no later than 2015-03-13 12:00pm Eastern Time. This will enable CBP to post the questions and answers in a timely manner to FEDBIZOPPS and allow offerors to complete their quotes. Questions not received by 2015-03-13 12:00pm Eastern Time will not be considered. Proposal Submissions The quotes in response to this solicitation must be submitted no later than 2015-03-18 12:00pm Eastern Time. Any quotes received after 2015-03-18 12:00pm Eastern Time will not be considered. All quotes shall be sent electronically to Tammie Crow at tammie.crow@cbp.dhs.gov. All attachments shall be in Microsoft Word, Microsoft Excel or PDF format. The email subject line shall include the Solicitation number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20084987/listing.html)
- Place of Performance
- Address: Contractor's Facility per the SOW, United States
- Record
- SN03662943-W 20150312/150310235325-448ea05d6b88d793717db4f0646f698e (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 |