Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2005 FBO #1245
SOLICITATION NOTICE

88 -- Quarter Horses

Notice Date
4/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
112920 — Horses and Other Equine Production
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
RFQ-HQS-PC-05-0118
 
Response Due
5/6/2005
 
Archive Date
5/21/2005
 
Point of Contact
Tracy Kuiper, Purchasing Agent, Phone 520/670-6871, Fax 520/883-0628, - Lorie Derr, Purchasing Agent, Phone 520-670-6871, Fax 520-883-0628,
 
E-Mail Address
Tracy.Kuiper@dhs.gov, lorie.derr@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security, Customs & Border Protection, Office of Border Patrol, Tucson Sector Headquarters is requesting a firm-fixed price for 10 each quarter horses according to the criteria in the Statement of Work (SOW) below. Quotes will be accepted in any quantity of horses from 1EA to 10EA to insure this acquisition is filled. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 for this request for quote (RFQ) is RFQ-HQS-PC-05-0118. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Due to the requested quantity the Border Patrol reserves the right to Single or Multiple awards based on horses passing the criteria in the Statement of Work. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This requirement is solicited as a Small Business Set-aside. The North American Industrial Classification Systems (NAICS) code is 112920 with a size standard of $75 million. Horses will need to be tested by SOW criteria prior to award. Place of delivery is Wren Arena, Ft. Huachuca, AZ. It shall be the Contractor’s responsibility to schedule, deliver, and return for their horse(s) on the date scheduled for the examination. Horses that do not meet the criteria shall be removed by 6PM on their schedule date. No boarding is authorized at Wren Arena. Contractors are still required to identify their company’s business size even though unrestricted via their representations and certifications. The following provisions and clauses are incorporated by reference into this acquisition, full text is available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. Offerors are advised to submit quotes in accordance with these provisions and clauses: 52.202-1 Definitions. 52.203-5 Covenant Against Contingent Fees. 52.203-7 Anti-Kickback Procedures. 52.211-5 Material Requirements. 52.212-1 Instructions to Offerors—Commercial Items. 52.212-2 Evaluation—Commercial Items, as amended described below in Statement of Work (SOW). 52.212-3 Offeror Representations and Certifications—Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items applies to this requirement. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. 52.216-27 Single or Multiple Awards. 52.232-1 Payments. 1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.243-1 Changes—Fixed-Price. 52.246 Subcontracts for Commercial Items. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor—Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). 2.216-52.25 Contract Definitization. As prescribed in 16.603-4(b)(3), insert the following clause: Contract Definitization (Oct 1997). (a) A Firm Fixed Price definitive contract is contemplated. The Contractor agrees to begin promptly negotiating with the Contracting Officer the terms of a definitive contract that will include (1) all clauses required by the Federal Acquisition Regulation (FAR) on the date of execution of the letter contract, (2) all clauses required by law on the date of execution of the definitive contract, and (3) any other mutually agreeable clauses, terms, and conditions. The Contractor agrees to submit a RFQl. (b) The schedule for definitizing this contract is [insert target date for definitization of the contract and dates for submission of proposal, beginning of negotiations, and, if appropriate, submission of make-or-buy and subcontracting plans and cost or pricing data]: Submission Solicitation: Apr 22, 2005; Receive RFQ’s: Apr 22 – May 6, 2005 till 3PM; Close Solicitation: May 6th, 2005 @ 3PM; Awards will be from: May 6, 2005 @ 4:00 PM through July 30, 2005, 4 PM AZ time to insure horse(s) pass SOW criteria. (c) If agreement on a definitive contract to supersede this letter contract is not reached by the target date in paragraph (b) of this section, or within any extension of it granted by the Contracting Officer, the Contracting Officer may, with the approval of the head of the contracting activity, determine a reasonable price or fee in accordance with Subpart 15.4 and Part 31 of the FAR, subject to Contractor appeal as provided in the Disputes clause. In any event, the Contractor shall proceed with completion of the contract, subject only to the Limitation of Government Liability clause. (1) After the Contracting Officer’s determination of price or fee, the contract shall be governed by— (i) All clauses required by the FAR on the date of execution of this letter contract for either fixed-price or cost-reimbursement contracts, as determined by the Contracting Officer under this paragraph (c); (ii) All clauses required by law as of the date of the Contracting Officer’s determination; and (iii) Any other clauses, terms, and conditions mutually agreed upon. (2) To the extent consistent with paragraph (c)(1) of this section, all clauses, terms, and conditions included in this letter contract shall continue in effect, except those that by their nature apply only to a letter contract. (End of Clause). 52.233-2 Service of Protest. As prescribed in 33.106, insert the following provision: Service of Protest (Aug 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed below) by obtaining written and dated acknowledgment of receipt from Tracy Kuiper, 1970 West Ajo Way, Tucson, AZ 85713. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision). Completed quotes are due by 5:00 p.m. Eastern Standard Time on May 6, 2005. Facsimile 520-883-0628, Attn: Contracting Officer, Tracy Kuiper. Telephone contact: 520-670-6871 extension 2313. Preferred method of contact: E-mail: Tracy.Kuiper@dhs.gov. STATEMENT OF WORK - GENERAL: The United States Border Patrol is tasked with detecting, deterring from entering and arresting those who violate the immigration laws of the United States. Since its inception the Border Patrol has utilized horses in support of the mission to which it is assigned. Occasionally these service mounts need to be replaced due to injury, disease, age or death. In replacing service mounts, certain minimum requirements have been established and the successful contractor/seller is expected to comply with the established parameters when supplying horses for service mounts. REQUIREMENTS: Breeds- Quarter Horses are the desired breed. Crossbreeds may be accepted on a case-by-case basis, as determined by the government. Age- the horse shall have a documented age between five (5) and ten (10) years of age. (Exceptions to purchasing an older horse will be made on a case-by-case basis.). Weight- the horse shall weigh no less than 900 pounds and no more than 1250 pounds. Size- the horse shall measure not less than 15 hands and not more than 16.5 hands in height. Sex- All service mounts will be altered male horses (Geldings). SELECTION CRITERIA: The following shall be considered in selecting a horse for service: Most riders have little or no experience. The horse must be capable of carrying 200-250 lbs. of weight for long periods of time (6-8 hours/Day). Horses will be subjected to high desert/low desert; mountainous terrain; loose rocks; thick brush; extremely hot temperatures in the summer and drastically cool winters. A certified Border Patrol Instructor and the Coordinator or a designee for the Tucson Sector will administer a series of tests to determine whether the horse has the capability of working in the Border Patrol environment. Each horse will be required to pass these tests for acceptance into the program. SELECTION EXERCISES/TESTS: A candidate horse must be sound and well proportioned in conformation. The horse shall be gentle and calm with a good disposition. Following are a series of tests that the agents will conduct to determine whether or not a horse will meet the minimum requirements for purchase. Approach- When approached, the horse should turn and face, standing quietly, especially in a confined area. Halter- The horse should be easily haltered without giving any indications of head-shyness or resistance to “catching”. Leading- The candidate horse should exhibit good ground manners and should remain calm when being handled. Saddling- The candidate horse should stand still and calm while being saddled. He should show no signs of aggressiveness of being “cinchy” during this process. Mounting- The candidate horse should stand still and calm during this evolution. Reining- The candidate horse should demonstrate a proper understanding of stopping, turning and backing with only a light to moderate touch of the reins. Excessive force should not be necessary during this process. Dismounting- The candidate horse should stand quietly while the rider dismounts. Loading/Unloading- The candidate horse should load and unload from a variety of trailers without difficulty. Balking will be a disqualifying factor when considering the purchase of a candidate horse. Shoeing- The candidate horse should stand quietly and calmly while being shod or having his feet worked on. TEMPERAMENT: All candidate horses should exhibit the “proper temperament” during the entire selection process. The candidate horse should be calm when any number of people or equipment are moving or standing around him. He must display confidence in any number of environments, including areas of unsure footing, tight enclosed or narrow spaces, moving vehicles/equipment, loud noises and/or bangs and popping sounds. Although the flight or fight response is always prevalent, the candidate horse must remain calm or quickly recover and not run off with the rider when startled. The candidate horse must possess a gentle and calm demeanor during the hours of darkness and around large groups of people. DOCUMENTATION REQUIRED: Current vaccination/Quarantine records. Health certificate issued by a certified/licensed veterinarian. Registration certificates, breed surveys and other related paperwork, as applicable. PHYSICAL EXAMINATION: A certified veterinarian will perform a full physical examination of the candidate horse as a prerequisite to completing the selection process. MISCELLANEOUS: The Government retains the right to return a candidate horse to the contractor/seller, if after 45 days, the animal is deemed not suitable for service. This determination will be based on the selection criteria or the horse is discovered to have a pre-existing medical problem, chronic disease or a hereditary defect that could render the horse unsuitable for service. The vendor will replace the horse within thirty days of receipt of notice that any of the aforementioned conditions exist. This animal shall be replaced with a suitable horse that meets all the selection criteria. The Government retains the sole right to make any and all determinations as to the acceptability/unacceptability of the candidate. The contractor/seller shall not, in any case, hold the Government responsible for the disposition of a medically or physically defective horse. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/PDDC20229/RFQ-HQS-PC-05-0118/listing.html)
 
Place of Performance
Address: 1970 West Ajo Way Tucson, AZ
Zip Code: 85713
Country: United States
 
Record
SN00794170-F 20050424/050422213028 (fbodaily.com)
 
Source
FedBizOpps.gov 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.