Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
SOLICITATION NOTICE

99 -- KENNELS FOR K-9 UNITS

Notice Date
7/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
453910 — Pet and Pet Supplies Stores
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSBP1007Q1199
 
Response Due
8/6/2007
 
Archive Date
8/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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 is HSBP1007Q1199. This solicitation is being issued as a Request for Quote. This requirement is set aside as Total Small Busniess. NAICS code is 453910 with a size standard of $6.5 million in revenues. Contractors are required to identify their company?s business size. One firm-fixed price, indefinite quantity, indefinite delivery contract is anticipated to be awarded as a result of this solicitation. The government will guarantee a minimum order of one (1) kennel per year per location. The maximum number of kennels per order will not exceed 150. All kennels will be crated and delivered free from damage to all the locations. If kennels are damaged, they will be returned and replaced at vendor?s expense. The term of the contract is from date of award through September 30, 2007. The contract will have four (4) one-year options, from the date of award through September 2011. Currently there are approximately 100 kennels needed per year. However, these amounts can drastically increase or decrease depending upon the Agency needs. BACKGROUND The Office of Border Patrol has a requirement for kennels throughout the United States. The contractor will provide and deliver the required kennels per location. The kennels will be crated to protect from any damage when delivered. The period of performance is from date of award through September 30, 2007, with an additional four (4) one year options. The following is an estimate of the yearly need of kennels per location: MIN MAX BLAINE, WA 98230 1 150 GRAND ISLAND, NY 14072 1 150 DEL RIO, TEXAS 78840 1 150 SELFRIDGE, ANGE,MI 48045 1 150 EL CENTRO, CA 92243 1 150 EL PASO, TX 79925 1 150 GRAND FORKS, ND 58201 1 150 HAVRE, MT 59501 1 150 HODGDON, ME 04730 1 150 LAREDO, TX 78041 1 150 MARFA, TX 79843 1 150 PEMBROKE PINES, FL 33027 1 150 NEW ORLEANS, LA 70114 1 150 EDINGBURG, TX 78539 1 150 CHULA VISTA, CA 91914 1 150 SPOKANE, WA 99218 1 150 TUCSON, AZ 85711 1 150 AGUADILLA, PR 00603 1 150 YUMA, AZ 85365 1 150 Specific Requirements a. Dimensions of kennels. The kennel size will be eight (8) feet in length, forty-six (46) inches wide and forty-eight (48) inches in height. The kennel will have a full roof front to back. It will have a doghouse attached to the rear of the kennel. The doghouse will be approximately four (4) feet long, three (3) feet wide, by three (3) feet in height. The kennel must stand off the ground a minimum of 12 inches so that there is sufficient air-flow under the kennel. The kennel must be able to sustain a canine up to 100lb canine by utilizing at a minimum 2x1x1/8 aluminum tubing on the floor and the frame portion of the kennel. b. Kennel Requirements. ? Kennel and doghouse must be able to sustain a canine up to a 100lb. ? Kennel must have a front gate for the dog to enter and exit. ? The kennel must be made of durable aluminum material. The frame and roof must be at a minimum of 1x1x 0.063 tubing, the floor frame must be at a minimum of 2x1x1/8. ? Kennel must be made of durable aluminum material so as to provide a minimum of 20-year life expectancy. ? Kennel should provide adequate shade with a rounded roof so debris cannot gather on top of kennel. ? Kennel and doghouse must have a drain system to allow for easy cleaning and allow the water to be removed.. ? The attached doghouse should be walled aluminum with insulation between the interior and exterior walls. The top should lift up to have access to the inside for cleaning. The doghouse should have ventilation ports, one on each side that can be opened and closed as needed. ? The kennel should include smooth type flooring that covers the entire length of the kennel and be of a material so as not to allow waste to adhere to the floor, there by causing contamination from bacteria to the canine. ? All materials used must be non-toxic to the canine. ? All welds will be smooth to touch thus preventing injury to the canine. c. Shipping Requirements ? All kennels must be individually crated. ? Manufacturer may ship unit collapsed or partially assembled and include all hardware and instructions to assemble the unit. ? FOB Destination BASE PERIOD CLIN 0010 BLAINE, WA 98230 $ _________ PER KENNEL CLIN 0020 GRAND ISLAND, NY 14072 $ _________ PER KENNEL CLIN 0030 DEL RIO, TEXAS 78840 $ _________ PER KENNEL CLIN 0040 SELFRIDGE, ANGE,MI 48045 $ _________ PER KENNEL CLIN 0050 EL CENTRO, CA 92243 $ _________ PER KENNEL CLIN 0060 EL PASO, TX 79925 $ _________ PER KENNEL CLIN 0070 GRAND FORKS, ND 58201 $ _________ PER KENNEL CLIN 0080 HAVRE, MT 59501 $ _________ PER KENNEL CLIN 0090 HODGDON, ME 04730 $ _________PER KENNEL CLIN 0100 LAREDO, TX 78041 $ _________PER KENNEL CLIN 0110 MARFA, TX 79843 $ _________ PER KENNEL CLIN 0120 PEMBROKE PINES, FL 33027 $ _________ PER KENNEL CLIN 0130 NEW ORLEANS, LA 70114 $ _________ PER KENNEL CLIN 0140 EDINGBURG, TX 78539 $ _________ PER KENNEL CLIN 0150 CHULA VISTA, CA 91914 $ _________ PER KENNEL CLIN 0160 SPOKANE, WA 99218 $ _________ PER KENNEL CLIN 0170 TUCSON, AZ 85711 $ _________ PER KENNEL CLIN 0180 AGUADILLA, PR 00603 $ _________ PER KENNEL CLIN 0190 YUMA, AZ 85365 $ _________ PER KENNEL OPTION YEAR ONE CLIN 0200 BLAINE, WA 98230 $ _________ PER KENNEL CLIN 0210 GRAND ISLAND, NY 14072 $ _________ PER KENNEL CLIN 0220 DEL RIO, TEXAS 78840 $ _________ PER KENNEL CLIN 0230 SELFRIDGE, ANGE,MI 48045 $ _________ PER KENNEL CLIN 0240 EL CENTRO, CA 92243 $ _________ PER KENNEL CLIN 0250 EL PASO, TX 79925 $ _________ PER KENNEL CLIN 0260 GRAND FORKS, ND 58201 $ _________ PER KENNEL CLIN 0270 HAVRE, MT 59501 $ _________ PER KENNEL CLIN 0280 HODGDON, ME 04730 $ _________PER KENNEL CLIN 0290 LAREDO, TX 78041 $ _________PER KENNEL CLIN 0300 MARFA, TX 79843 $ _________ PER KENNEL CLIN 0310 PEMBROKE PINES, FL 33027 $ _________ PER KENNEL CLIN 0320 NEW ORLEANS, LA 70114 $ _________ PER KENNEL CLIN 0330 EDINGBURG, TX 78539 $ _________ PER KENNEL CLIN 0340 CHULA VISTA, CA 91914 $ _________ PER KENNEL CLIN 0350 SPOKANE, WA 99218 $ _________ PER KENNEL CLIN 0360 TUCSON, AZ 85711 $ _________ PER KENNEL CLIN 0370 AGUADILLA, PR 00603 $ _________ PER KENNEL CLIN 0380 YUMA, AZ 85365 $ _________ PER KENNEL OPTION YEAR TWO CLIN 0390 BLAINE, WA 98230 $ _________ PER KENNEL CLIN 0400 GRAND ISLAND, NY 14072 $ _________ PER KENNEL CLIN 0410 DEL RIO, TEXAS 78840 $ _________ PER KENNEL CLIN 0420 SELFRIDGE, ANGE,MI 48045 $ _________ PER KENNEL CLIN 0430 EL CENTRO, CA 92243 $ _________ PER KENNEL CLIN 0440 EL PASO, TX 79925 $ _________ PER KENNEL CLIN 0450 GRAND FORKS, ND 58201 $ _________ PER KENNEL CLIN 0460 HAVRE, MT 59501 $ _________ PER KENNEL CLIN 0470 HODGDON, ME 04730 $ _________PER KENNEL CLIN 0480 LAREDO, TX 78041 $ _________PER KENNEL CLIN 0490 MARFA, TX 79843 $ _________ PER KENNEL CLIN 0500 PEMBROKE PINES, FL 33027 $ _________ PER KENNEL CLIN 0510 NEW ORLEANS, LA 70114 $ _________ PER KENNEL CLIN 0520 EDINGBURG, TX 78539 $ _________ PER KENNEL CLIN 0530 CHULA VISTA, CA 91914 $ _________ PER KENNEL CLIN 0540 SPOKANE, WA 99218 $ _________ PER KENNEL CLIN 0550 TUCSON, AZ 85711 $ _________ PER KENNEL CLIN 0560 AGUADILLA, PR 00603 $ _________ PER KENNEL CLIN 0570 YUMA, AZ 85365 $ _________ PER KENNEL OPTION YEAR THREE CLIN 0580 BLAINE, WA 98230 $ _________ PER KENNEL CLIN 0590 GRAND ISLAND, NY 14072 $ _________ PER KENNEL CLIN 0600 DEL RIO, TEXAS 78840 $ _________ PER KENNEL CLIN 0610 SELFRIDGE, ANGE,MI 48045 $ _________ PER KENNEL CLIN 0620 EL CENTRO, CA 92243 $ _________ PER KENNEL CLIN 0630 EL PASO, TX 79925 $ _________ PER KENNEL CLIN 0640 GRAND FORKS, ND 58201 $ _________ PER KENNEL CLIN 0650 HAVRE, MT 59501 $ _________ PER KENNEL CLIN 0660 HODGDON, ME 04730 $ _________PER KENNEL CLIN 0670 LAREDO, TX 78041 $ _________PER KENNEL CLIN 0680 MARFA, TX 79843 $ _________ PER KENNEL CLIN 0690 PEMBROKE PINES, FL 33027 $ _________ PER KENNEL CLIN 0700 NEW ORLEANS, LA 70114 $ _________ PER KENNEL CLIN 0710 EDINGBURG, TX 78539 $ _________ PER KENNEL CLIN 0720 CHULA VISTA, CA 91914 $ _________ PER KENNEL CLIN 0730 SPOKANE, WA 99218 $ _________ PER KENNEL CLIN 0740 TUCSON, AZ 85711 $ _________ PER KENNEL CLIN 0750 AGUADILLA, PR 00603 $ _________ PER KENNEL CLIN 0760 YUMA, AZ 85365 $ _________ PER KENNEL Deliveries shall be FOB destination to the different Sector locations. Contractor must deliver to the following locations: U.S. BORDER PATROL 2401 NATURE?SPATH WAY BLAINE, WA 98230 U.S. BORDER PATROL 201 LANG BLVD. GRAND ISLAND, NY 14072 U.S. BORDER PATROL 2401 DODSON AVENUE DEL RIO, TX 78840 U.S. BORDER PATROL 2600 SOUTH STREET BLDG 1516 SELFRIDGE, ANGB, MI 48045 U.S. BORDER PATROL 1111 NORTH IMPERIAL AVE. EL CENTRO, CA 92243 U.S. BORDER PATROL 8901 MONTANA AVE EL PASO, TX 79925 U.S. BORDER PATROL 2320 SOUTH WASHINGTON ST GRAND FORKS, ND 58201 U.S. BORDER PATROL 2605 5TH AVENUE S.E. HAVRE, MT 59501 U.S. BORDER PATROL 96 CALAIS ROAD HODGDON, ME 04730 U.S. BORDER PATROL 207 WEST DEL MAR BLVD LAREDO, TX 78041 U.S. BORDER PATROL 300 MADRID STREET MARFA, TX 79843 U.S. BORDER PATROL 15720 PINES BLVD. PEMBROKE PINES, FL 33027 U.S. BORDER PATROL 3819 PATTERSON RD NEW ORLEANS, LA 70114 U.S. BORDER PATROL 4400 SOUTH EXPRESSWAY 281 EDINBURG, TX 78539 U.S. BORDER PATROL 2411 BOSWELL RD CHULA VISTA, CA 91914 U.S. BORDER PATROL 10710 NORTH NEWPORT HIGHWAY SPOKANE, VA 99218 U.S. BORDER PATROL 155 GRAND AVENUE SWANTON, VT 05488 U.S. BORDER PATROL 2430 S SWAN ROAD TUCSON, AZ 85711 U.S. BORDER PATROL 722 BELT STREET RAMEY, AGUADILLA, PR 00603 U.S. BORDER PATROL 4035 S AVENYE A YUMA, AZ 85365 Currently there are approximately one hundred (100) kennels being used throughout the Border Patrol Sectors. The point of contact (POC) for each location will be provided at the time of award. The Government intends to place (written) orders on a quarterly basis for all the locations needing kennels. Contractor shall submit invoices on a monthly basis for the deliveries. The following FAR clauses and provisions apply to the acquisition: 52.216-22, Indefinite Quantity, the contract shall include on base year, with four option years. Paragraph (d) shall not be required to make any deliveries under this contract after September 30, 2011. 52.212-1 Instructions to Offerors- Commercial Items: and 52.212-3 Offeror Representations and Certifications, Commercial Items; Offerors are requested to provide a completed copy of this provision with their offer. Offerors shall complete annual representations and certifications online at http://orca.bpn.gov in accordance with FAR 51.212-3 Offeror Representations and Certification- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions/Commercial Items applies. FAR 52.216-19 Order Limitations, Paragraph (a), 1 kennel, Paragraph (b)(1) 100 kennels, Paragraph (b)(2) 100 kennels, Paragraph (b)(3) fourteen (14) days, Paragraph (d) fourteen (14) days. FAR 52.204-7 Central Contractor Registration; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition Supervision Labor and Materials. The following clauses within paragraph 52.212-5 (b) apply to this solicitation. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36 Affirmative action for workers with Disabilities. FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.225-13 Restriction on Certain Foreign Purchases and FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. The complete text of any of the clauses and provisions effective on the date of the latest Federal Acquisition Circular is available electronically from the following site: http://www.arnet.gov/far/ 52.212-2 Evaluation/Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror ( as defined in FAR Part 9) whose offer conforms to the solicitation, meets the technical requirements, delivery requirements, past performance, and provides the overall most advantageous proposal to the Government, price, and other factors considered. EVALUATION The Government will award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for this requirement. A single award will be made to the responsive and responsible offeror, whose proposal, conforming to the solicitation, will meet the Government?s requirements and offers the best value to the Government. The offerors shall be considered responsible as defined within the meaning of FAR 9.104. The following shall be used to evaluate the proposals. Past Performance Past Performance information is one indicator of an offeror?s ability to perform the contract successfully, Offerors shall: provide a list of five (5) projects/contracts/orders where the offeror has successfully contracted for similar requirements in the past two (2) years. These projects/contracts/orders shall include those performed for the federal, state, and local governments and those performed for private organizations. For each project/ contract/order that meets this description, the offeror shall provide the following information: 1. Customer Name (agency, bureau, private organization, etc.) 2. Customers Address 3. Project/Contract/ Order number 4. Period of performance of Project/Contract/Order 5. Point of Contact for Project/Contract/Order 6. Point of Contact?s address, Telephone Number, and email address 7. Quanitites of the products delivered It is the offeror?s responsibility to ensure that all past performance information is accurate, current, and complete. In its past performance evaluation, the Government may consider this information as well as any other information obtained from sources that have evaluated the offeror?s past performance. This may include other Government agencies and other private and public sources of information. Evaluation of Price Price shall be evaluated for price reasonableness. Prices quoted shall be FOB destination and must reflect the total cost to the Government. The Government shall conduct its price analysis using one or more of the techniques specified in FAR 15.404-1(b) Options: The Government shall evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirements. 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). A written notice of award or acceptance of an offer(s), mailed or otherwise furnished to the successful offeror shall result in a binding contact without further action by either party. Before the offers specified expiration time, the Government may accept an offer wheter or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical factors (past performance) shall be considered slightly more important than price. GENERAL EVALUATION INFORMATION (MAR 2003) In addition to the specific evaluation criteria specified herein, the Contracting Officer will consider several additional factors in the selection process. 1. The offeror must respond to all of the requirements of the solicitation and must include all information specifically required throughout the solicitation. 2. Award of a contract may not be made to an offeror unless an agreement can be secured for all terms and conditions. 3. Award can only be made to an offeror: a. Whose proposal is technically acceptable. b. Whose cost/price is determined reasonable. c. Who is considered to be responsible within the meaning of FAR 9.104. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE (MAR 2003) 1. Contractor Performance Evaluation Interim and final evaluation of contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. A final performance evaluation will be prepared at the time of completion of work In addition to the final evaluation, interim evaluations will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding and evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluation, Contractor responses, and review comments if any, will be retained as part of the contract file, and may be used to support future award decisions. 2. Electronic access to contractor Performance Evaluations Contractors that have Internet capability may access evaluations through a secure Web site for review and comments by completing the registration form that can be obtained at the following address: http://ocm.od.nih.gov/cdmp/cps_contrctor.htm The registration process requires the contractor to identify an individual that will serve as a primary contact and who will be authorized access to the evaluation for review and comment. In addition, the contractor will be required to identify and alternate contact who will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time frame. Proposals are due at the Procurement Office on August 6, 2007, by 3:00 PM local time at the point of contact indicated below.
 
Place of Performance
Address: VARIOUS LOCATIONS, PLEASE SEE POSTING
Zip Code: 78840
Country: UNITED STATES
 
Record
SN01347886-W 20070722/070720220554 (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.