SOLICITATION NOTICE
R -- 20150216 Seattle Kenneling and boarding services
- Notice Date
- 3/3/2025 5:54:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812910
— Pet Care (except Veterinary) Services
- Contracting Office
- BORDER ENFORCEMENT CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 20150216
- Response Due
- 3/6/2025 6:00:00 PM
- Archive Date
- 03/21/2025
- Point of Contact
- Chris Patao
- E-Mail Address
-
CHRISTOPHER.PATAO@cbp.dhs.gov
(CHRISTOPHER.PATAO@cbp.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION Kenneling Services for CBP Canine Enforcement Program � Seattle Solicitation Number: 70B03C25Q00000125 (PR 20150216) 1. General Information This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12 (Acquisition of Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). It is being issued as a Firm-Fixed Price (FFP) Contract, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a separate written solicitation will not be issued. 2. Solicitation Number Solicitation Number 70B03C25Q00000125 (PR 20150216) is issued as a Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2025-03, effective January 17, 2025. 3. Set-Aside This procurement is a Total Small Business Set-Aside under NAICS Code 812910 � Pet Care (except Veterinary) Services. Only qualified small business sources are eligible to submit offers for consideration. 4. Description of Requirements 4.1 Objective U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO), requires commercial kenneling services to house and care for up to 10 CBP-owned canines in accordance with Section 8 of the Statement of Work (SOW). All services must comply with: Animal Welfare Act (9 CFR 3.1 & 3.11) National Canine Enforcement Program Handbook (HB 3200-07B) All OSHA, EPA, state, and local laws applicable to commercial kennel operations 5. Place of Performance The kennel facility must be located within the United States and within 10 miles (by road) of the CBP Area Port of Seattle. CBP Facility Location for Distance Calculation U.S. Customs and Border Protection Area Port of Seattle 17801 International Blvd Seattle, WA 98158 The contractor must meet all SOW requirements and provide 24/7 access to ensure operational effectiveness. 6. Type of Contract CBP intends to award a Firm-Fixed Price (FFP) Contract under FAR Part 12 (Commercial Items). Pricing will be structured per-dog, per-day for up to 10 CBP-owned canines. Invoices will be processed via the Invoice Processing Platform (IPP). Base Period: 3/10/2024 � 06/09/2025 (3 months) Option Period(s): Subject to approval. 7. Submission Requirements Required Proposal Components Offerors shall submit a comprehensive proposal that includes: 1. Company Information Legal Business Name Business Address Point of Contact (POC) Name, Title, Phone, and Email SAM Unique Entity Identifier (UEI) (Active SAM.gov registration required) 2. Technical Capability Statement Kennel Facilities Description (floor plans, security measures, video surveillance, fencing, and climate control) Operations Plan (daily care, feeding, sanitation, and emergency procedures) Security and Emergency Response Plan (escaped dog plan, emergency response procedures, unauthorized access prevention) Regulatory Compliance Documentation (proof of compliance with the Animal Welfare Act & National Canine Enforcement Program Handbook) 3. Pricing Proposal Firm-Fixed Daily Rate per Dog Detailed Breakdown of Costs (Per-Dog, Per-Day) 4. Required Certifications & Compliance Documentation Facility Licenses & Permits (Due with Quote) Fire Evacuation & Emergency Procedures Plan (Due with Quote) Escaped Dog Plan (Due within 10 days of award) Video Surveillance Plan & CBP Access Credentials (Due with Quote) Animal Injury Response Procedures (Due within 10 days of award) Insurance Documentation (Due with Quote) 8. Submission Deadline All proposals must be submitted electronically to: Email: christopher.patao@cbp.dhs.gov Submission Deadline: March 6, 2025 � Close of Business (COB) Offerors are responsible for ensuring timely submission. Late proposals will not be accepted or evaluated. 9. Evaluation Criteria Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) methodology in accordance with FAR 12.602. 1. Technical Acceptability Offerors must demonstrate full compliance with all SOW requirements, including: Facility Security: Meets all SOW Section 4B requirements, including fencing, video surveillance, and access restrictions. Kennel Conditions: Proper ventilation, drainage, and compliance with SOW Sections 4B.1 � 4B.5. 24/7 Access: Facility must allow 24/7 CBP personnel access per SOW Section 4A.1. Video Surveillance Compliance: Continuous 24/7 video surveillance per SOW Section 4B.9, with remote access for CBP Supervisors. Regulatory Compliance: Verifiable adherence to the Animal Welfare Act (9 CFR 3.1 & 3.11) and other applicable laws. 2. Price Reasonableness Competitive pricing will be evaluated for fairness and accuracy. 3. Responsibility Determination Offerors must be determined responsible under FAR Part 9.104. Award will be made to the responsible offeror whose quote is determined to be technically acceptable and offers the lowest evaluated price. 10. Compliance & Certifications All offerors must comply with the following requirements: Active Registration in SAM: Offerors must be registered and active in SAM.gov. Electronic Invoice Submission: All invoices must be submitted via the Invoice Processing Platform (IPP). Service Contract Act (SCA) Compliance: Offerors must comply with SCA Wage Determinations for King County, WA. Updated Clause Compliance: Offerors must review and comply with FAR CD 25-01 and FAR CD 25-03, including the revised 52.223-23 Sustainable Products and Services Clause. 11. Attachments Statement of Work (SOW) Contract Clauses and Provisions Pricing Form Wage Determination (WD) � King County, WA
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58ef677d596348b4add19153f68bac16/view)
- Place of Performance
- Address: Seattle, WA 98158, USA
- Zip Code: 98158
- Country: USA
- Zip Code: 98158
- Record
- SN07358890-F 20250305/250303230039 (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 |