COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26, 2001 PSA #2944
SOLICITATIONS
88 -- HORSE RENTAL FOR PATROL
- Notice Date
- September 24, 2001
- Contracting Office
- Department of Justice, Immigration & Naturalization Service, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
- ZIP Code
- 75247
- Solicitation Number
- ACD-1-Q-0034
- Response Due
- September 27, 2001
- Point of Contact
- Vicki Gilbert, Contract Specialist, Phone 214-905-5392, Fax 214-905-5568, Email vicki.l.gilbert@usdoj.gov -- Lloyd Burton, Contract Specialist, Phone 214-905-5392, Fax 214-905-5568, Email lloyd.a.burton@usdoj.gov
- 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. Quotations are being requested and a written solicitation will not be issued. Solicitation No. ACD-1-Q-0034 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-27. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification System (NAICS) of 488999. One contract is anticipated to be awarded as a result of this synopsis, for the rental of horses for patrolling borders. The term of the contract is for one year with a Base Period starting October 1, 2001 and ending September 30, 2002. The contract will have a one-year option, for the period of October 1, 2002 to September 30, 2003. Quantities are estimates only. The following are the Contract Line Item Numbers (CLINs): 0001. Base Year: Rental fee for horse patrol for the Brownsville (Texas) Border Patrol Station area of responsibility for 320 hours per month, with the 320 hours per month comprised of either 2 horses per day for 8 hours OR 4 horses per day for 4 hours at $__________per HOUR per HORSE. 0002. First Option Period. Rental for horse patrol for the Brownsville (Texas) Border Patrol Station for 320 hours per month with the 320 hours per month comprised of either 2 horses per day for 8 hours OR 4 horses per day for 4 hours at $__________per HOUR per HORSE. 0003. Base Year: Rental fee for horse patrol for the Port Isabel (Texas) Border Patrol Station area of responsibility for 160 hours per month, with the 160 hours per month comprised of 2 horses per day for 4 hours at $__________per HOUR per HORSE. 0004. First Option Period. Rental for horse patrol for the Port Isabel (Texas) Border Patrol Station for 160 hours per month with the 160 hours per month comprised of 2 horses per day for 4 hours at $__________per HOUR per HORSE. The horses are to be delivered at the independent contractor's expense, saddled and in good condition. The horses are to be ready to ride upon demand to a location within the above listed areas of operation for use in U.S. Border Patrol operations. Contractor shall also, at his own expense and upon notification, pick-up the horses at a location designated by the Border Patrol and return the horses to the contractor's place of business. Contractor is responsible for providing all tools, materials, care, feeding, veterinary services, etc. required for the performance of the task agreed to. The provisions of FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. Under the provision of FAR 52.212-5, the Walsh-Healy Public Contracts Act is incorporated by reference the stipulations required by the Act pertaining to such matters as minimum wages, maximum hours, child labor, convict labor, and safe and sanitary working conditions. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Handicapped Workers. FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-3, Buy American Act-Supplies. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, along with the firm's DUNS (Data Universal Numbering System) number as part of their offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the RFQ, is most favorable to the Government with price and other factors considered. The following factors shall be used to evaluate offerors' technical capability. Evaluation will be based on price, and past performance, with award to be made to the lowest technically acceptable responsive responsible offeror. PAST PERFORMANCE: Each offeror shall describe their past performance on similar contracts held within the last three years which are of a similar scope, magnitude and complexity to that which is detailed in this RFQ. Past performance shall be evaluated in the following manner: The Government will assess the offeror's ability to perform, including the offeror's likelihood of achieving success in meeting the contract requirements. The offerors are to provide a narrative discussion of similar projects of a similar size and dollar value, which have been successfully completed in the past three years. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. Past Performance will be assessed and assigned a narrative rating in the evaluation. The Government will evaluate each offeror's past performance based on the information submitted by the offer, as well as information that the Government collects by itself. Offerors will be given credit for good past performance and lose credit for poor past performance, and neither receive nor lose credit for no past performance data. As addendum to FAR 52.212-5, include FAR 52.232-19, Funds for the Next Fiscal Year will not be available (beyond September 30, 2001). The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov/far. Offers are due September 27, 2:00 p.m., Dallas, Texas time, at Immigration & Naturalization Service, ATTN: Vicki L. Gilbert -- ACDCAP, 7701 North Stemmons Freeway, Dallas, Texas 75247. Inquiries should be in written form and faxed to (214) 905-5568. All responsible sources may submit a quotation, which quotation shall be considered.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOJ/INS/ACD/ACD-1-Q-0034/listing.html)
- Record
- Loren Data Corp. 20010926/88SOL001.HTM (D-267 SN50Y5P1)
| 88 - Live Animals Index
|
Issue Index |
Created on September 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|