Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

X -- Provide boarding for approx. 15 head to 20 head of mules during fall/winter months through early spring for one base year plus four option years for Olympic National Park. Anticipated start date mid-to-late October 2011 through March 2012.

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
P11PS23410
 
Archive Date
9/13/2012
 
Point of Contact
Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is P11PS23410, and the solicitation is issued as a Request for Quotation. The NAICS code is 531190 with an associated small business size standard of $7 million. This solicitation is a 100% total small business set-aside and will result in award of a single firm-fixed price contract for one base year plus four option years to the vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. DESCRIPTION: The National Park Service, Olympic National Park, has a requirement to board approximately 15 head to 20 head of mules during fall/winter months through early spring, because the park does not have adequate facilities to provide shelter and caretaker year-round. STATEMENT OF WORK: (1) At least 30 acres of dry pasture and shelter from the weather. Shelter shall consist of heavy tree cover and/or barn, or other structure adequate to provide covered protection; (2) A constant source of clean water. (3) An adequate supply of stored hay to feed 16 mules during times when pasture must be supplemented such as inclement weather or temperature; (4) Make daily welfare checks for each mule and immediately notify the COR in the event of injuries, accidents or health issues; (5) Fencing with secure gates so that third parties cannot gain access through a fence or gate, protecting the park-owned mules from being exposed to outside stock; and (6) Contractor shall be located within hour drive of Port Angeles. The reason for the close proximity to Port Angeles is to ensure that the Olympic National Park trail crew staff can make routine trips to the contractor's land for attending to the mules, such as trimming feet, responding to reported illness or injury, and/or addressing any other problems the contractor has notified the COR about, as well as ensure mules are being cared for in the manner described above with regards to food, water, and general welfare. PRICE SCHEDULE. Prices for the Base Year and Four Option Years shall be negotiated as firm-fixed prices at time of award. The Government guarantees boarding of all park-owned mules, which may vary from 15 head to 20 head year to year. Performance period begins the date mules are delivered. The performance period is guaranteed for 150 days. Performance period is typically from mid to late October through March each year. OPTION: The Government, at its option, may extend the boarding period an additional 10 to 15 calendar days at the same rate of compensation per mule per day as awarded. If the boarding period exceeds 150 days the Contracting Officer's Representative (COR) may extend the boarding period with written notice to the contractor or contracting officer within 3 days, either before or after, the extension. The actual price paid shall be reflected for the actual number of mules boarded. A significant number of issues found during inspections shall constitute a reasonable basis for the Government not exercising an option year. LINE ITEM 0001: Base Year 2011/2012: $______________ per mule, per day. LINE ITEM 0002: Option Year One 2012/2013: $______________ per mule, per day. LINE ITEM 0003: Option Year Two 2013/2014: $______________ per mule, per day. LINE ITEM 0004: Option Year Three 2014/2015: $______________ per mule, per day. LINE ITEM 0005: Option Year Four 2015/2016: $______________ per mule, per day. CLAUSES & PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors other than price shall be used to evaluate quotes: (1) Past Performance, and (2) Government's inspection of Quoter's premises to prior to award to determine sufficient acreage, sufficient shelter, and other factors that affect the capability of the vendor to provide the required surface. All evaluation factors other than price, when combined, are approximately equal to price. The government reserves the right to make award without discussions. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote, or be actively registered at the Online Certifications and Representations Application (ORCA) on-line database. Active registration means the "certification validity" must not be expired. ORCA can be accessed on-line at http://orca.bpn.gov. Offerors must also be actively registered at the Central Contractor Registration (CCR) on-line database in accordance with the clause at 52.204-07. Active registration in CCR means the "current registration status" must not be expired or pending certification. CCR can be accessed on-line at http://www.ccr.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28 Post-Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18 Encouraging Contractor Policies to Ban Text messaging While Driving; 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at 52.247-34, F.O.B. Destination, applies to this acquisition. OPTION CLAUSES: The following clauses are applicable to this acquisition: 52.217-05, Evaluation of Options; 52.217-06, Option for Increased Quantity; and 52.217-9, Option to Extend the Term of the Contract. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.acquisition.gov/far or http://www.ios.doi.gov/pam/aindex.html. SUBMITTING QUESTIONS: ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (FAX OR EMAIL) to Phaedra Fuller, Contracting Officer at fax number 360-565-3015 or email at Phaedra_Fuller@nps.gov. Faxed questions shall include a cover sheet referencing the solicitation number. Emailed questions shall reference the solicitation number in the subject line of the email. SUBMITTING QUOTES: QUOTATIONS MUST BE RECEIVED AT OLYMPIC NATIONAL PARK NO LATER THAN SEPTEMBER 29, 2011, 4:30P.M. PACIFIC DAYLIGHT TIME. Quotes may be submitted by hand-delivery, mail, or email. NO FAXED QUOTES PERMITTED. QUOTE BY MAIL: Send to the attention of Phaedra Fuller, Contracting Officer, Olympic National Park, 600 East Park Avenue, Port Angeles WA 98362. Mailing envelope shall state "P11PS23410/QUOTE." QUOTE BY EMAIL: send to Phaedra_Fuller@nps.gov. Subject line of the email shall state "P11PS23410/QUOTE." Quote must be SENT by specified date/time. The point of contact for this solicitation is: Phaedra Fuller, Olympic National Park, telephone: 360-565-3009. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS23410/listing.html)
 
Place of Performance
Address: Contractor is (and shall be) located within hour drive of Port Angeles, Washington, Clallam County, for purpose of NPS inspections throughout performance period. NPS inspection of vendor's premesis is required prior to award.
Zip Code: 98362
 
Record
SN02575398-W 20110916/110914235252-932f9eab1c19dca088966ed30d6e271d (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.