Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

88 -- NARCOTIC DOGS K-9

Notice Date
7/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812910 — Pet Care (except Veterinary) Services
 
Contracting Office
BIA EORO 00008 3100 WEST PEAK BOULEVARD Contracting Office Muskogee OK 74402 US
 
ZIP Code
00000
 
Solicitation Number
140A0818Q0026
 
Response Due
8/3/2018
 
Archive Date
8/18/2018
 
Point of Contact
Impson, Katheryn
 
Small Business Set-Aside
Total Small Business
 
Description
NARCOTIC DOGS K-9 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 number for this procurement is 140A0818Q0026 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99 dated June 15, 2018. This solicitation is Total Small Business set-aside. The associated North American Industry Classification System code (NAICS) is 812910, Pet care (except veterinary) services, and the size standard is $7.5 Mil. The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is soliciting offers for Dual Purpose Pre-trained Narcotics Dogs (K-9). Price Schedule: CLINS 0010: Narcotics Dogs - QTY 4 Price: $________________________ per dog Total price: $__________________________ Statement of work Dual Purpose K9's BACKGROUND The Department of Interior, Bureau of Indian Affairs, Office of Justice Services, Division of Drug Enforcement (DDE) has a statutorily requirement as listed in the Indian Law Enforcement Reform Act, 25 USC 280 I et al. Under those requirements, highly trained police dogs are implemented to locate narcotics and provide assistance to OJS police officers and Division of Drug Enforcement throughout Indian country. OBJECTIVE The DOI/BIA, Division of Drug Enforcement has a need for four (4) pre-trained Dual Purpose Detection/Patrol Dogs. The K-9's will be utilized by Division of Drug Enforcement throughout the United States in Indian Country to combat the growing drug crisis within Indian Country. Aside from being utilized for highway drug interdiction purposes, the K9's will also be utilized throughout Indian Country Schools to combat drug use on the school grounds. SCOPE OF WORK The scope of this Statement of Work encompasses contractor support to supply highly pre-trained police dogs. Dual Purpose K9s must be pre-trained in, but not limited to, narcotics detection and police patrol and police duties. SPECIFIC TASKS REQUIREMENTS The contractor shall be directly responsible for ensuring the accuracy, timeliness and completion of all tasks under this effort. Specifically, the contractor shall: Provide acceptable breeds for dual purpose police dogs; German Shepherd, Dutch Shepherd and Belgian Malinois. Dogs must be pre-trained in narcotics, and police patrol duties. All dogs must have current health certification paperwork. Contractor must provide performance guarantee and also warranty the dog for two (2) years on all genetic defects and one (1) year on mental stability. Must provide (4) four dual purpose K9's trained for police detection/patrol, narcotics: methamphetamine, marijuana, cocaine, hash and heroin. All dogs must be licensed and/or certified by the Oklahoma Bureau of Narcotics and Dangerous Drugs Control (OBNDDC) and/or the United States Police canine Association (USPCA) All dogs must be dual purpose trained on all patrol services to include but not limited to: building searches, area searches, tracking, handler protection, criminal apprehension and obedience. The imprinting of the odors on the canine must be variable hole method. Dogs must respond to Dutch commands. All dogs must be trained in the passive alert manner when detecting narcotics and other narcotic derivatives. Contractor must have at least 150 to 200 canines available for testing and selecting purposes. Contractor must have 15 to 20 different testing/training venues available to test canines. OTHER PERFORMANCE REQUIREMENTS Payment Requirements: No payments will be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed Contracting Officer. Only a Contracting Officer is authorized to change the specifications, terms, and conditions under this effort. Payment will be processed through ipp.gov, see clauses. Contractor Personnel Requirements: The contractor shall be responsible for managing and overseeing the activities of all contractor personnel, NO subcontractors will be used in performance of this effort. The contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in the statement of work. Resumes submitted for employees assigned to perform under this statement of work shall contain documented experience directly applicable to the functions to be performed. Past performance records shall be supplied upon submission of proposal. The contractor shall appoint one project manager who serves as primary point of contact on this effort. The project manager must be able to read, write, speak, and understand English. Period of Performance: Anticipated contract award date is Tuesday, August 7, 2018. Dogs shall be ready for pickup within 30 days of award. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Factor 1: Technical Capability (1.) The offeror shall submit their technical approach and demonstrated experience/evidence of ability to successfully provide acceptable canines. Documents to be included in quote: *Resume(s) of dog trainer(s) *Current health certification paperwork on canine *License and/or certification from the Oklahoma Bureau of Narcotics and Dangerous Drugs Control (OBNDDC) and/or the United States Police Canine Association (USPCA) *Proof of at least 150 to 200 canines available for testing and selection *Proof of 15 to 20 different testing/training venues available to test canines (ii)Factor 2: Past Performance 1.Past performance shall provide adequate information describing the offeror's previous experience in providing Dual Purpose Pre-trained Canines. The offeror shall also list at least two contracts performed in the past three years from issue date of this RFQ that are of the same magnitude and complexity of this requirement. In addition, the Government may solicit past performance on contracts not listed by the offeror. If an offeror does not have any past performance information to submit as the entity under which the offer is being submitted, then the offeror should submit past performance data identified above under which the offeror's key personnel have worked. The offeror's quote will be evaluated to determine the extent to which its past performance demonstrates the likelihood of successful performance. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. Technical and past performance, when combined, is significantly more important than cost or price. (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. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.222-3, 52.222-20, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. FAR Clauses incorporated by reference: 52.203-6, 52.203-7, 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.211-8, 52.217-9, 52.223-6, 52.225-1, 52.229-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.232-40, 52.233-1, 52.243-1 Alt. 1, 246-16, 52.249-1, 52.249-8, 52.252-1 and 52.252-2. DIAR 1452.201-70 Authorities and delegations. As prescribed in section 1401.670-1, insert the following clause: Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause). Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment request- means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: *A copy of the contractor's official company invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. All questions shall be submitted via email to Katheryn (Katie) Impson at katheryn.impson@bia.gov. Please reference solicitation number 140A0818Q0026 in the subject line of the email. All questions shall be submitted by Friday, 27 July 2018. Quotes are due on Friday, 03 August 2018 at 12:00 pm (CT). Quotes may be sent via email to Katheryn.impson@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. QUOTE SUBMISSION INFORMATION: Quote submissions must include the following items: 1. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number). 2. Summary of technical capability in accordance with 52.212-2(a)(i)(1). *Resume(s) of dog trainer(s) *Current health certification paperwork on canine(s) *License and/or certification from the Oklahoma Bureau of Narcotics and Dangerous Drugs Control )OBNDDC) and/or the United States Police Canine Association (USPCA) *Proof of at least 150 to 200 canines available for testing and selection *Proof of 15 to 20 different testing/training venues available to test canines 3. Pricing schedule 4. Past performance contact information for minimum of two references for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation: i. Company Name ii. Company Address iii. Company Point of Contact Name iv. Contact Phone Number and E-mail Address v. Description of Services/Price vi. Period of Performance vii. If applicable, explanation of any problems or delays encountered. Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A0818Q0026/listing.html)
 
Record
SN05001475-W 20180722/180720231042-63fdd9b39ae6288e12cdd00f6887ce32 (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.