Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SOLICITATION NOTICE

R -- Equine Vet Service - USBP-Tucson Sector - Equine Vet Service - USBP-Tucson Sector

Notice Date
9/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Border Enforcement Contracting Division - Mountain Branch, 4760 N Oracle Rd, Suite 100, Tucson, Arizona, 85705, United States
 
ZIP Code
85705
 
Solicitation Number
20100792-VetSvs-USBP-Tucson
 
Archive Date
11/19/2017
 
Point of Contact
Micky L. Hallman, Phone: 520-407-2816, Frank S. Duarte, Phone: 202-425-1775
 
E-Mail Address
micky.l.hallman@cbp.dhs.gov, frank.s.duarte@dhs.gov
(micky.l.hallman@cbp.dhs.gov, frank.s.duarte@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attch 7- WDOL - Cochise County Attch6 - WDOL - Pinal County Attch5 - WDOL - Pima County Attch4 - WDOL - Santa Cruz County Attch3 - SOW Appendix2 - Services Questionnaire Attch2 - SOW Appendix1- Unit Pricing Sheet Attch1 - SOW - Vet Services - Solicit 20100792-VETSVS-USBP-TUCSON - EQUINE VETERINARY SERVICES - CBP, USBP TUCSON SECTOR 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. The solicitation number is 20100792-VETSVS-USBP-TUCSON and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 541490 - Veterinary Services. This requirement is an open market competition with a Total Small Business set-aside. The solicitation will end on September 19, 2017 at 7:00 PM Eastern Time (ET). Email submissions only. Submit all proposals to Contract Specialist Micky Hallman, at the following email address: micky.l.hallman@cbp.dhs.gov. Subject line of the email should read: 20100792-VETSVS-USBP-TUCSON - Equine Veterinary Services - USBP-Tucson Sector. Emailed submissions must be in separate attachments and clearly indicate what is being provided. The following criteria must be followed when submitting proposal attachments: 1. No more than five (5) single-sided pages total for Technical Evaluation Factor 1. 2. No more than three (3) single-sided pages total for Technical Evaluation Factor 2. 3. Submission of a fully completed Unit Pricing Sheet for each individual period of performance for Technical Evaluation Factor 3, in accordance with Attachment Two (2) for this solicitation. Pricing shall be submitted for Base Year and Option Year periods of performance. Fixed Unit pricing shall be provided based on a fully burdened rate, fixed for the duration of the contract period(s) of performance. Price variations shall only be allowable based on Department of Labor wage determination changes from one period of performance to another, or dependent on emergency conditions at the time of emergency service requirements. Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. Submissions must be received no later than the exact time specified in this solicitation to be considered for award. Time of receipt will be determined by the government's email receipt time. It is the prospective Offeror's responsibility to ensure this is done according to the above restrictions. Pricing shall be entered using the SOW Appendix1 - Unit Pricing Sheet at Attachment 2 of this synopsis/solicitation to provide prices for each individual period of performance. One document shall be completed for each period and returned as part of the proposal. Aggregate price for all periods of performance shall reflect the total price to the Government at award. The U.S. Customs and Border Protection (CBP), U.S. Border Patrol (USBP), Tucson Sector, requires the following services: USBP seeks a contractor who has the facilities and the ability to provide appropriate veterinary services and medication (routine and emergent) for horses utilized by Tucson Sector Horse Patrol Unit. The contractor shall provide all certified and licensed labor, supervision, travel, equipment, and supplies to ensure experienced equine veterinary care and emergency services to government-owned horses located at various locations throughout southern Arizona, on a recurring basis and in accordance with the requirements of this Statement of Work for services. Services shall be ordered as needed throughout the life of the contract. The periods of performance of this contract shall be as identified below. Fully burdened fixed unit pricing as outlined in the price sheet shall be provided within Offeror proposal, which encompasses each individual period of performance: Base Year (12 months): September 30, 2017 - September 29, 2018 Option Year 1 (12 months): September 30, 2018 - September 29, 2019 Option Year 2 (12 months): September 30, 2019 - September 29, 2020 Primary Requisitioning Office: U.S. Customs and Border Protection U.S. Border Patrol, Tucson Sector 2430 S. Swan Rd. Tucson, AZ 85711 ****Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible, but not later than September 19, 2017 (5:00pm Eastern Time), to enable the Buyer to respond. Questions must be submitted directly to the Proposal Submission Point of Contact (POC) as indicated in Section VIII of this solicitation document. Questions not received within a reasonable time prior to close of the solicitation may not be considered. **** Proposals MUST be good for 30 calendar days after close of RFP. This solicitation requires registration within the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at 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 submit a completed copy of the listed representations and certifications; 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): 52.216-31, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquistion.gov/far. 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): 52.216-31, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232- 34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far. EVALUATION FACTORS FOR AWARD Award shall be made to that Offeror whose proposal is determined to represent the best value to the Government. In making the best value determination, the Government considers all the evaluation factors listed below, when combined, are significantly more important than price. There are three (3) Factors considered in the evaluation: Technical and Management Approach, Past Performance, and Price. Factor one (1) is more important than Factor two (2); Factor two (2) is more important than Factor three (3); and Factors one (1) and two (2) are collectively more important than Factor three (3). FACTOR 1 - TECHNICAL AND MANAGEMENT APPROACH Each Offeror will be evaluated on a contractor-provided approach formulated to meet the requirements of the Statement of Work (SOW). The following sub-factors will be evaluated: • Sub-Factor 1.1: SOW requirements met. • Sub-Factor 1.2: Management capability and effective strategy to provide full range of services as required. • Sub-Factor 1.3: Key personnel professional qualifications and experience - Staffing Plan. • Sub-Factor 1.4: Contractor facilities and capabilities to provide required services. FACTOR 2 - PAST PERFORMANCE Offerors will be evaluated on their recent (within the past 3 years) performance of relevant services as described in the requirements of the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. For each services project used to demonstrate the relevant past performance, the Offeror must provide appropriate point of contact information for the individual within the client agency/firm overseeing the services performed. An Offeror may also provide information on problems encountered on the identified projects and the offer's corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available. FACTOR 3 - PRICE A comparison of proposal fixed unit pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Time and Materials nature of this acquisition action. Technical and past performance, when combined, are greater than price. (a) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to award without discussions with Offerors. (End of provision) In addition to providing fully burdened fixed unit pricing as indicated on the attached SOW Appendix1 - Unit Pricing Sheet (Attachment 2) for this solicitation, each Offeror must provide a completed SOW Appendix2 - Services Questionnaire (Attachment 3) as well as any other required, NON-PRICING responses (e.g. technical proposal, representations and certifications, staffing plan, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions shall be sent via email to micky.l.hallman@cbp.dhs.gov. In order for a seller's proposal to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. All Offerors shall document statement(s) detailing the service(s) for evaluation. Failure to do this may be cause for non-evaluation and a determination of non-responsiveness. This information is REQUIRED in order for a seller's proposal to be deemed 'responsive' and to be considered for award. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. G.4 CONTRACTING OFFICER'S AUTHORITY (MAR 2003), Reference: FAR 1.602-1. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. SPECIAL SECURITY REQUIREMENT & CONTRACTOR PRE-SCREENING (SEP 2011) 1. Contractors requiring recurring access to Government facilities or access to sensitive but unclassified information and/or logical access to Information Technology (IT) resources shall verify minimal fitness requirements for all persons/candidates designated for employment under any Department of Security (DHS) contract by pre-screening the person /candidate prior to submitting the name for consideration to work on the contract. Pre-screening the candidate ensures that minimum fitness requirement are considered and mitigates the burden of DHS having to conduct background investigations on objectionable candidates. The Contractor shall submit only those candidates that have not had a felony conviction within the past 36 months, illegal drug use within the past 12 months from the date of submission of their name as a candidate to perform work under this contract. Contractors are required to flow this requirement down to subcontractors. Pre-screening involves contractors and subcontractors reviewing: a. Felony convictions within the past 36 months. An acceptable means of obtaining information on felony convictions is from public records, free of charge, or from the National Crime Information Center (NCIC). b. Illegal drug use within the past 12 months. An acceptable means of obtaining information related to drug use is through employee self-certification, by public records check; or if the contractor or subcontractor already has drug testing in place. There is no requirement for contractors and/or subcontractors to initiate a drug testing program if they do not have one already in place. c. Misconduct such as criminal activity on the job relating to fraud or theft within the past 12 months. An acceptable means of obtaining information related to misconduct is through employee self-certification, by public records check, or other reference checks conducted in the normal course of business. 2. Pre-screening shall be conducted within 15 business days after contract award. This requirement shall be placed in all subcontracts if the subcontractor requires routine physical access, access to sensitive but unclassified information, and/or logical access to IT resources. Failure to comply with the pre-screening requirement will result in the Contracting Officer taking the appropriate remedy. Definition: Logical Access means providing an authorized user the ability to access one or more computer system resources such as a workstation, network, application, or database through automated tools. A logical access control system (LACS) requires validation of an individual identity through some mechanism such as a personal identification number (PIN), card, username and password, biometric, or other token. The system has the capability to assign different access privileges to different persons depending on their roles and responsibilities in an organization. Contracting Office Address: 4760 N Oracle Rd, Suite 100, Tucson AZ 85705 Place of Performance: See Statement of Work (SOW). Attachments: 1. Statement of Work (SOW) - Solicit 2. SOW Appendix1 - Unit Pricing Sheet 3. SOW Appendix2 - Services Questionnaire 4. WDOL - Santa Cruz County 5. WDOL - Pima County 6. WDOL - Pinal County 7. WDOL - Cochise County
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20100792-VetSvs-USBP-Tucson/listing.html)
 
Place of Performance
Address: CBP / USBP - Tucson Sector (HPU), 2430 S. Swan Rd., (See SOW for the locations receiving actual service), Tucson, Arizona, 85711, United States
Zip Code: 85711
 
Record
SN04678205-W 20170916/170914232549-8b3a156b6675f8d38a59d3ba3f44a1d5 (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.