SOLICITATION NOTICE
R -- Blaine Canine Kenneling
- Notice Date
- 7/17/2020 6:57:58 AM
- Notice Type
- Solicitation
- NAICS
- 812910
— Pet Care (except Veterinary) Services
- Contracting Office
- BORDER ENFORCEMENT CTR DIV WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 70B03C20Q00000256
- Response Due
- 7/31/2020 11:00:00 AM
- Archive Date
- 08/15/2020
- Point of Contact
- Dominique Brown, Phone: 3177156253, Frank S. Duarte, Phone: 2024251775
- E-Mail Address
-
dominique.u.brown@cbp.dhs.gov, frank.s.duarte@cbp.dhs.gov
(dominique.u.brown@cbp.dhs.gov, frank.s.duarte@cbp.dhs.gov)
- Description
- INTRODUCTION KENNEL SERVICES � US Customs and Border Protection, Blaine WA 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; proposals are being requested and a written solicitation will not be issued.� The solicitation number is 70B03C20Q00000256 and is issued as a Request for Proposal.� The solicitation document and incorporated provisions and clauses (Attachment 3 to the solicitation) are those in effect through Federal Acquisition Circular 2020-08.� The associated NAICS code for this procurement is 812910 � (Pet Care (except Veterinary) Services) with a small business size standard of $8.0M.� This requirement is being solicited with no set-aside restrictions.� All responsible sources may submit a proposal, which shall be considered by the agency. In accordance with FAR 52.222-41 (Service Contract Labor Standards) Attachment Four to the solicitation includes prevailing wage rates for Whatcom County, Blaine, Washington. � Emailed responses are requested to be received by the Contracting Officer (CO) Dominique Brown at the following address by no later than July 31st, 2020, 11:00 A.M. Pacific Standard Time (PST): dominique.u.brown@cbp.dhs.gov. Subject line of the email should read: 70B03C20Q00000256 Proposal Submission: Blaine K9 Kenneling.�� All proposal pricing must be valid for up to 90 calendar days after close of the solicitation. *** Question Submission: Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Agency to respond, but no questions shall be accepted after July 28th, 2020 11:00 P.M. PST. �Questions must be submitted directly to the CO at the email address indicated on this notice. *** Description of the Requirement The U.S. Customs and Border Protection (CBP), Canine Enforcement Program has a requirement to establish a purchase order with a canine kenneling facility in the Blaine, Washington area, specifically within thirty (30) miles by road one-way departing from the designated Government offices as indicated in Section eight (8) of the attached Statement of Work. (Attachment One)� (Distances will be calculated based on the shortest route indicated on Google Maps)� The contractor shall provide all of the labor, materials, supervision, and facilities necessary to satisfy the kenneling requirements of CBP�s Canine Enforcement Program location at Area Port of Blaine. Period of Performance The period of performance shall be a 12-month Base Period, with three (3) available 12-month Option Periods. Pricing quotes shall be provided in Attachment 3 (Pricing Sheet) for the ordering periods below: Base Period: September 15, 2020 - September 14, 2021 Option Period 1: September 15, 2021 � September 14, 2022 Option Period 2: September 15, 2022 � September 14, 2023 Option Period 3: September 15, 2023 � September 14, 2024. Option Periods shall be exercised based on the needs and in accordance with the requirements of the Government. � � � � � 2. GENERAL INSTRUCTIONS FOR THE PREPARATION OF QUOTES CBP will conduct a streamlined evaluation of all received offerors for establishing the contract, as outlined in the attached Solicitation Provisions and Clauses document, the content of which is incorporated herein by reference. CBP reserves the right to establish a contract without further communication and exchange; therefore, each response to this request should contain the Offerors best pricing, terms, and conditions. Proposals must be prepared in accordance with these instructions and provide all required information in the format specified.� The required format is designed to ensure submission of information essential to the understanding and comprehensive evaluation of the vendor's proposal.� Failure of a proposal to comply with these instructions may be grounds for exclusion of the proposal from further consideration. Any exceptions taken with respect to the clauses in the solicitation shall be noted.� For the purpose of facilitating exchanges, for every instance where the vendor does not propose to comply with or agree to a requirement, the vendor shall propose an alternative and describe its reasoning therefore. Each prospective Offeror shall include in its submission a fully completed Pricing Sheets using the template attached to this notice. �Failure to comply with this term may result in the quote being determined to be non-responsive. In addition to submitting the required proposal pricing sheet (Attachment Two) for this solicitation, each Offeror must provide any relevant NON-PRICING responses (e.g. the deliverables as required per SOW Section 5 and completed FAR 52.212-3 representations and certifications) so that they are received no later than the closing date and time for this solicitation. An offeror must submit sufficient information for a technical evaluation to be made by the Government to determine if the offeror�s proposal meets the minimum requirements of the SOW.� The Contracting Officer is not responsible for acquiring any additional information.� If description/technical data/specifications are not sufficient to make a technical acceptance decision, the bid may be determined technically unacceptable. Emailed submissions must be in separate attachments and clearly indicate what is being provided. The Government reserves the right to disregard any additional attachments without notification to any Offeror.The following criteria must be followed when submitting proposal attachments: No more than five (5) single-sided pages total for TECHNICAL AND MANAGEMENT APPROACH.� Submittals (e.g., Emergency Procedures Plan) required by the SOW will not be counted toward the Technical and Management Approach volume page limitation. No more than three (3) single-sided pages total for PAST PERFORMANCE. 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 shall be in electronic format and sent to the CO listed on this solicitation in accordance with the provision entitled �Instructions to Offerors-Commercial Items,� which applies to 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 quoting firm�s responsibility to ensure this is done according to the above restrictions. Proposal MUST be good for 60 calendar days after close of solicitation. This solicitation requires registration with the System for Award Management (SAM) at the time of proposal submission, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/SAM/. � � � � � 3.� EVALUATION CRITERIA I.1� �52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion.� The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed.� The Government reserves the right to award without discussions with Offerors. (a)� This is a tradeoff evaluation, conducted in accordance with Federal Acquisition Regulation (FAR) 6.102(c) Combination of competitive procedures. The Government will award a contract to the Offeror whose solicitation represents the best value to the Government, based upon an assessment of the evaluation factors listed in the RFP.� Award decision will be made in accordance with the basis for selection as established in the RFP, which is that offeror which is the most advantageous to the Government. The following criteria will be evaluated as part of the technical evaluation activities:� Technical and Management Approach (Factor 1), Past Performance (Factor 2), and Price (Factor 3). Factor 1 is more important than Factor 2; Factor 2 is more important than Factor 3; and when combined, Factors 1 and 2 are significantly more important than Factor 3. FACTOR 1 - TECHNICAL AND MANAGEMENT APPROACH Offeror should provide a written submission addressing how the Offeror will meet the requirements of the Statement of Work (SOW). The following sub-factors must be included in the submission, which will then be used to evaluate the Offeror�s understanding of, and ability to, successfully meet the requirements as set forth in the SOW: Sub-Factor 1.1:� Strategy to satisfy the requirements of the SOW. Sub-Factor 1.2:� Capability and methodology of management to provide full range of required services. Sub-Factor 1.3:� Key personnel qualifications and experience � Staffing Plan. Sub-Factor 1.4: Demonstrate in writing and pictures if necessary, that� facility is capable and equipped to handle required services FACTOR 2 - PAST PERFORMANCE Offerors should provide not more than three (3) contracts/orders where the offeror has performed similar requirements in the past three (3) years. These projects/contracts/orders can include those performed for the federal, state and local governments, commercial industry, and those performed for private organizations. The Government may obtain Past Performance information from other than the sources identified by the Offeror. 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 Fully burdened unit pricing for each category of kennel (active or inactive) shall be provided. In order to make a determination of fair and reasonable pricing for the purpose of establishing a contract, a comparison of proposal pricing received will be made and proposal pricing will also be compared against Independent Government Cost Estimates (IGCE�s) generated for this requirement. Offerors must complete the attached Pricing Sheet for submission with offer � Attachment 2 � Kennel Pricing Sheet. (b) 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). (c) 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. (End of provision) List of Attachments to Solicitation Number 70B03C20Q00000256: Statement of Work (SOW) Proposal Pricing Sheet Applicable Contract Clauses and Solicitation Provisions WDOL Wage Determination � Whatcom County, Blaine, Washington
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bfeb1449c9604c11a4f1ccd6828604a4/view)
- Place of Performance
- Address: Blaine, WA, USA
- Country: USA
- Country: USA
- Record
- SN05724779-F 20200719/200717230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |