Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601

Immigration & Naturalization Service, Procurement Division, 425 I St., NW, Room 2208, Washington, DC 20536

88 -- CANINES SOL COW-0-R-0035 DUE 060100 POC Lori A. Ray, Contract Specialist,(202)307-0736/Contracting Officer, Andrea K. Grimsley, (202)514-3420 E-MAIL: Lori A. Ray, lori.a.ray@usdoj.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be released. Proposals are being requested and a written solicitation will not be issued. Solicitation number COW-0-R-0035 is issued as a request for proposal, which incorporates provisions and clauses in effect through Federal Acquisition Circular 97-16. The Standard Industrial Size Classification Code (SIC) is 5199. This requirement will result in a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract will consist of a base year plus four options of one year each. The guarantee minimum quantity for this contract is three (3) canines in the base year. Canines in the option year will be on an "as needed" basis. The maximum number of canines the government may order under this contract is fivehundred (500). This requirement includes five contract line numbers (CLIN) for the purchase of canines as follows: CLIN 0001, Base Year, Canines (Estimated Quantity 100 each x $___= Total Price $___) effective Oct. 1, 2000-Sep. 30, 2001; CLIN 1001, Option Year One, Canines (Estimated Quantity 100 each x $___, Total Price $___) effective Oct. 1, 2001-Sep. 30, 2002; CLIN 2001, Option Year Two, Canines (Estimated Quantity 100 each x $___, Total Price $____) effective Oct. 1, 2002-Sep. 30, 2003; CLIN 3001, Option Year Three, Canines (Estimated Quantity 100 each x $___, Total Price $___) effective Oct. 1, 2003-Sep. 30, 2004; CLIN 4001, Option Year Four, Canines (Estimated Quantity 100 each x $___, Total Price $___) effective Oct. 1, 2004-Sep. 30, 2005. The canines shall be delivered and accepted FOB destination at Immigration and Naturalization Service (INS), El Paso International Airport, El Paso, TX or if shipped via land: National Canine Facility, Building 11617, Sgt. Sims Road, Biggs AAF, EL Paso, TX. In accordance FAR 32.202-1, Commercial Item Financing is not authorized & advance payments will not be made. Invoicing shall be monthly in arrears. STATEMENT OF WORK: INS has been tasked with stemming the flow of illegal aliens and narcotics across our nation's borders, including land, air or seaports of entry. To assist in accomplishing this mission, the INS has successfully utilized trained canines. Occasionally, these canines need to be replaced due to injury, disease, age or death. The successful contractor is expected to supply canines in accordance with the specific requirements indicated below. REQUIREMENTS: The requirements of this agency for replacement canines are: (a) Breeds -- Either Belgian Malinois or Dutch Shepherds are acceptable. German Shepherds and Belgian herding breeds may be accepted on a case-by-case basis as determined by the Government. (b) Lineage -- The canine shall be European born or of European lineage traceable by two generations. Proof of lineage shall be provided with each delivery. The absence of proper documentation will be grounds for rejecting a canine. American-bred canines may be accepted on a case-by-case basis as determined by the Government. (c) Age -- The canine shall have a documented age between twelve (12) and thirty-eight (38) months. (d) Weight -- The canine shall weigh no less than forty-five (45) pounds no more than ninety (90) pounds. (e) Size -- The canine shall measure not less than twenty-two (22) inches no more than thirty (30) inches at the shoulder. (f) Sex -- The canine may be either male or female. SELECTION CRITERIA: The Border Patrol personnel at the National Canine Facility in El Paso, TX will administer a series of tests on the canine to determine whether it has the capability of working in a Border Patrol and Inspections environment. The canine is required to pass these tests in order to be accepted in the canine training program. These tests are described in the following section. SELECTION EXERCISES/TESTS: A detection canine candidate shall exhibit an obsession to play with objects, have stable character, and be gun-sure and willing to surmount difficult obstacles. The canine should prefer to play with objects more than having food, water, or the attention of its handler. No commands will be given for the canine to retrieve. Listed below are several tests, which provide insight into a candidate's suitability as a detection canine. All tests will be performed at the National Canine Facility in El Paso, TX: (a) Stable Character Test -- The canine will be brought around several people to judge how it responds. It should not be afraid or act aggressively toward anyone who approaches it. A happy, social attitude should be seen in its behavior. The canine will be walked on smooth tile floors to see if it is sure-footed. The canine should display no fear or discomfort. While the canine is standing or walking on leash in a passive state, an umbrella will be opened suddenly in its face. The canine may show a slight startled reaction but shouldrecover quickly. The canine will be tested for gun sureness with several unusually loud gunshots fired from about 50 feet behind it in which the canine should show little or no reaction. The canine will be taken into tight places to see how its responds. It should confidently enter and investigate these areas without hesitation. In addition to the above tests, a search of a vehicle with the engine running may be performed at the discretion of the Government. (b) Retrieve/Prey Drive Test -- The canine will be evaluated to see if it will pursue not only objects it is familiar with, but also strange, hard and soft objects. This test will be conducted in a ravine or on a hill. The canine, handler, and evaluator will stand downhill and the handler will throw each object uphill and out-of-sight. With each object, the canine will be held on-line and will be released with no command. One by one, several objects, familiar and strange, will be thrown uphill for the canine to pursue. The canine will be judged on itsalertness, speed, hunt and grab of each object. The purpose is to determine if the canine will hunt for and play with strange objects while being physically stressed. Examples of strange objects are: a piece of PVC pipe, a block of wood, a piece of metal pipe, etc. The canine's behavior in this test will be assessed against the following ideal behavior: (1) Alertness -- The canine should show undistracted interest when presented with each object and pull hard against the leash as the object is being thrown. (2) Speed -- Upon being released, the canine should demonstrate extreme physical effort in running to the area where the object fell. (3) Hunt -- Upon reaching the area, the canine must show effective use of its olfactory senses in locating the object. (4) Grab -- Upon locating the object, the canine should immediately grab it in its mouth and show a desire and satisfaction in playing with the object. (c) Perseverance Test -- The canine will be pre-stimulated with an object that will then be placed under a heavy object (cement block, tire, etc.). The canine will then be released. The canine will be evaluated on its drive and desire to work out the problem and obtain the object. The purpose is to determine whether the canine possesses a sufficient desire to work to obtain the object and to determine the canine's natural indication behavior (passive/aggressive). Ideal behavior for this test is, upon reaching the location of the object, the canine immediately engages in frantic biting and scratching behavior in an effort to dig and obtain the object, or a frozen stare at the location of the object. (d) Water Conflict Test -- After the retrieve/prey test, the canine will be taken to a location where there will be a small pond, stream or container of water. The canine will be shown the water and pre-stimulated with the object, which will be thrown beyond the water. The canine will then be released. The ideal behavior is that the canine goes directly to the object without stopping to take a drink.(e) Food Conflict Test -- A test similar to the water conflict will be conducted with food. The canine will be pre-stimulated with the object that is then thrown downwind of the food. The canine will then be released. The desired behavior is that the canine disregards the food and pursues the object. (f) Handler/Object Conflict Test -- The canine will be brought to a location where there will be a six-foot high chain link fence or an overturned milk crate or like item. The canine will be pre-stimulated with an object, which will be placed behind the fence, or under the milk crate. The canine will then be released and the handler will walk out of sight. The canine should go to the object, show keen interest and remain unaffected by the absence of the handler. (g) Hunt Drive Test -- The canine will be brought to a location where there will be a high degree of grass or brush. The canine will be pre-stimulated with an object which will be thrown deep (over 40 yards) into the grass or brush. The purpose is to determine the level of the canine's hardness in pushing through the brush and if the canine will search for an extended period of time without losing interest. The ideal behavior for this test is that the canine crash through the brush with maximum physical effort. Once in the brush, the canine must exhibit concentrated and frantic hunting behavior utilizing its olfactory senses. The canine is expected to maintain this behavior for an extended period (4 to 5 minutes) without any assistance from the handler until such time as it locates the object. Upon locating the object, the canine should immediately grab the object in its mouth and demonstrate satisfaction in playing with it. (h) On-line Search Test -- The canine will be brought to a search area (shelves, vehicles, building, etc.). The canine will then be pre-stimulated with an object that will be placed out of sight in the search area at a location above ground level. The canine will then be directed through a systematic search of the area on a leash. Included in this search will be several areas above waist level. The purpose is to determine the degree of trainability and handler sensitivity in the canine. Ideal behavior for this test is that the canine will follow all directional commands and signals made by the handler. The canine must demonstrate effective use of its olfactory senses in searching the area where it is directed. Upon reaching the hidden object, the canine should show quick recognition of the object's odor and display an undistracted desire to follow this odor and obtain the object. TEMPERAMENT AND GENETIC DRIVES: Throughout the selection phase, the canine must show that it possesses the temperament and genetic drives to work within a Border Patrol environment based on the following criteria: (a) Socialization -- The canine must possess a sound temperament that will allow it to be approached by and work around groups of people without showing fear, distraction, or reacting aggressively. (b) Courage/Confidence -- The canine must display lack of fear and not be distracted by the following situations and environments: 1. Unsure footing (slick floors, rubble, etc.); 2. Tightly enclosed spaces; 3. Moving vehicles; 4. Loud noises (weapons fire, etc.); 5. Other live animals and their odors; 6. Startling situations (unforeseen events which the canine perceives as a danger). (c) Drives: The canine shall possess, in varying degrees, the following genetic drives (drives are defined as subconscious impulses to react to stimuli): 1. Hunt -- (high degree required) -- The drive to search for thrown objects utilizing all senses. 2. Air Scent -- (high degree required) -- The drive to use its olfactory capability to search for and locate thrown or hidden objects. 3. Prey -- (required in the absence of retrieve) -- The drive to chase, pick up and play with all thrown objects (hard or soft). 4. Retrieve -- (required in the absence of prey) -- The drive to bring thrown object back to the handler. 5. Activity -- (some degree required) -- The drive to be constantly in motion, engaged in activity and possessing abundant energy (commonly referred to as "hyper"). 6. Trainability -- (some degree required) -- Happily and willingly follows handler directions. REQUIRED DOCUMENTATION -- The following documentation shall accompany the canine at the time of delivery: (a) Current vaccination records (b) Current health certificate administered by a board certified veterinarian. (c) Current X-rays (obtained less than sixty (60) days from the date of delivery) of the pelvis and hip area and the elbow of each forequarter. (d) Pedigrees, registration certificates, score books, breed surveys and other related paperwork if applicable. PHYSICAL- A certified veterinarian will perform a full physical (including x-rays) after the canine successfully completes the selection process. MISCELLANEOUS: (a) The NCF has 15-20 working days after delivery for inspection and acceptance test to be performed. Any canine that fails to pass the requirements/physical testing performed by the NCF will not be accepted and the contractor will bear all expenses associated with the return of the canine to the contractor's site within seven days after receiving notification. It will be the contractor's responsibility to make alternative arrangements if unable to retrieve the canine within the specified time frame. (b) The contractor has 30 days after receipt of notification of nonacceptance to furnish a canine replacement. (c) The contractor is responsible for all costs associated with the shipment and retrieval of the canine. The contractor shall make all arrangements for shipment and retrieval. (d) The NCF will be responsible for the care and feeding of the canine until such date (7 working days) that the canine should be retrieved. After such date, unless other arrangements have been made, all expenses incurred by the Government for the care of the canine will be deducted from the contractor's invoice for payment (rates will be based on standard commercial practices). (e) The Government shall make any and all determinations as to the acceptability/unacceptability of a canine. (f) The contractor shall not, in any case, make the Government responsible for the disposition of a medically defective canine. (g) If, within six (6) months after acceptance, it is discovered that the canine has a pre-existing medical problem, chronic disease or heredity deficiency that could render the canine unacceptable for work, the vendor shall replace the canine, at no expense to the Government, within thirty (30) days after receipt of notice that the canine needs to be replaced. (h) The canine shall be delivered with a collar around its neck. APPLICABLE CLAUSES & PROVISIONS: FAR 52.212-1, Instructions to Offerors-Commercial Items. Should the Government make more than one award under this solicitation, each contractor will receive the minimum guarantee (3 canines) upon award; FAR 52.212-4, Contract Terms and Conditions-Commercial Items is supplemented by addenda. The following FAR clauses are added: FAR 52.216-7, Single or Multiple Awards; FAR 52.217-5, Evaluation of Options; and FAR 52.217-9, Option to Extend the Term of the Contract, (a) 30 days, (c) 60 months. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues and Executive Orders-Commercial Items, Addendum, paragraph (b) also include FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.219-9, FAR 52-219-14, FAR 52.222-26, FAR 52.222-35, and FAR 52.222-37. FAR 52.212-2 -- Evaluation -- Commercial Items. 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. (1) The following factors shall be used to evaluate offers: (a) Price and (b) Past performance. (2) Past performance is equal to price for evaluation purposes. Proposals in response to this solicitation must be submitted in accordance with the instructions set forth in FAR 52.212-1(b). At aminimum, proposals shall include a price proposal on company letterhead or the SF1449 for the requested items showing unit price & extended price. If the SF1449 is not used, proposals must include a statement specifying the extent of agreement with all terms, conditions, and provisions of the solicitation. Offerors that fail to furnish required representations or information, or reject terms & conditions of the solicitation may be excluded from consideration. The Government will evaluate offers for award purposes by adding the total price for the base to the total price for all option years. Evaluation of the option shall not obligate the Government to exercise the option. The Government may evaluate proposals without discussions. Offerors should include a completed copy of the provisions at FAR 52.212-3 with their proposals. For contractor past performance, the offeror shall list at least three contracts and/or subcontract, if any, completed or currently in process during the past three years that are similar to the statement of work requirements in this solicitation. Offerors who are newly formed entities without prior contracts should list contracts and subcontracts performed by key personnel. Information on past or current contracts must be submitted in the following format: (a) Contract number and Contract Title, (b) Name & address of contracting activity, (c) Contract type, (d) Brief description of scope of work under contract/subcontract, (e) Total contract value, (f) Contract period of performance, and (g) Procuring Contracting Officer's name, address & telephone number. References listed by the offeror may or may not be contacted by the Government. Questions regarding the solicitation will not be accepted after 2:00 p.m. Eastern Standard Time (EST), May 23, 2000. Responses to this solicitation are due no later than 2:00 p.m. EST, June 1, 2000. All offers shall be sent to INS, HQ Procurement Division, 425 I St. NW, Room 2208, Washington, DC 20536, Attn: Lori A. Ray and should reference COW-0-R-0035. Offers may be faxed to (202) 514-3353.***** Posted 05/12/00 (W-SN454192). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0237 20000516\88-0001.SOL)


88 - Live Animals Index Page