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