General Buy Information
Buy #: | 975342_02 | |
---|---|---|
Solicitation #: | 20111958 | |
Buy Description: | OPTION - Canine Kenneling | |
Category: | R4 -- Support Services - Professional | |
Sub Category: | R416 -- SUPPORT- PROFESSIONAL: VETERINARY/ANIMAL CARE | |
NAICS: | 812910 -- Pet Care (except Veterinary) Services | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | No Set-Aside Restriction | |
Buyer: | DHS Customs and Border Protection (CBP) | |
End Date: | 05/31/2019 | |
End Time: | 16:00 ET | |
Seller Question Deadline: | 5/30/2019 - 16:00 ET | |
Delivery: | Period of Performance - See below | |
Repost Reason: |
Revised Past Performance Evaluation and Meet or Exceed Information required dates to Friday, 05/31/2019.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason. |
Line Item(s) Template - Optional
You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information. |
Line Item(s) Base
Base Period of Performance: | 07/01/2019 - 03/31/2020 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Base Year: Canine Kenneling Service from 07/01/2019 to 03/31/2020 in accordance with attached Statement of Work...Pricing is Firm Fixed Price (FFP) based on a monthly service flat rate spread over each year of the contract for a range of 5 - 9 canines. | 9 | MON |
Line Item(s) Option 1
Option 1 Period of Performance: | 04/01/2020 - 03/31/2021 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Option Year 1: Canine Kenneling Service from 04/01/2020 to 03/31/2021 in accordance with attached Statement of Work...Pricing is Firm Fixed Price (FFP) based on a monthly service flat rate spread over each year of the contract for a range of 5 - 9 canines. | 12 | MON |
Line Item(s) Option 2
Option 2 Period of Performance: | 04/01/2021 - 03/31/2022 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Option Year 2: Canine Kenneling Service from 04/01/2021 to 03/31/2022 in accordance with attached Statement of Work...Pricing is Firm Fixed Price (FFP) based on a monthly service flat rate spread over each year of the contract for a range of 5 - 9 canines. | 12 | MON |
Line Item(s) Option 3
Option 3 Period of Performance: | 04/01/2022 - 03/31/2023 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Option Year 3: Canine Kenneling Service from 04/01/2022 to 03/31/2023 in accordance with attached Statement of Work...Pricing is Firm Fixed Price (FFP) based on a monthly service flat rate spread over each year of the contract for a range of 5 - 9 canines. | 12 | MON |
Line Item(s) Option 4
Option 4 Period of Performance: | 04/01/2023 - 03/31/2024 |
---|
Item No | Description | Qty | Unit |
---|---|---|---|
001 | Option Year 4: Canine Kenneling Service from 04/01/2023 to 03/31/2024 in accordance with attached Statement of Work...Pricing is Firm Fixed Price (FFP) based on a monthly service flat rate spread over each year of the contract for a range of 5 - 9 canines. | 12 | MON |
Bidding Requirements
Instructions | ||||||||||
---|---|---|---|---|---|---|---|---|---|---|
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: See Buy Term for Past Performance Questionaire (Three (3) Past Performance Questionaires shall be submitted as part of solicitation).
See Buy Term For Meet or Exceed for Service Buys Only (Submission documenting how requirements of Statement of Work shall be met).
|
||||||||||
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
|
||||||||||
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
|
||||||||||
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
|
||||||||||
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
|
||||||||||
There is no Set-Aside restriction for this Buy.
|
||||||||||
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
|
||||||||||
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
|
||||||||||
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
|
||||||||||
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
|
||||||||||
|
Buy Terms
Name | Description |
---|---|
SAM Requirement | This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. |
IPP Clause | In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov 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. |
Pricing Instructions | Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. |
Offer Period | Bid MUST be good for 30 calendar days after close of Buy. |
Shipping Condition | Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. |
Delivery Requirement | No partial shipments are permitted unless specifically authorized at the time of award. |
ORCA Requirement | ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ |
Commercial Items Terms and Conditions | The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-14 Service Contract Reporting Requirements, FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.243-1. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. |
Commercial Items Terms and Conditions Continued | FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. |
Q&A Instructions | Q&A -Please submit all questions by using the 'Submit a Question' button no later than Tuesday, May 30, 2019 4:00 PM ET . This buy will then be reposted with Q&A based on the questions that come in (if applicable). |
Award Criteria | Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. |
Supplemental Bid Information | In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. The attachment(s) should include the following non-pricing information: For all "or equivalent/equal) bids, a bidder must submit sufficient description/technical data/specifications for a technical evaluation by the government sufficient to determine if the "or equivalent/equal" item meets the minimum requirements of the BOM. The Contracting Officer is not responsible for acquiring any additional information. If description/technical data/specifications are not sufficient to make a technical acceptance decision, the bid may be determined technically unacceptable. Attachment must not be cut and paste or copied from buyers attached document. It must be the sellers bid and detail relating to the solicitation characteristics. Sellers who do not include their own attachment will not be evaluated. |
For Meet or Exceed Services Buys Only | For Meet or Exceed Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED no later than Friday, May 31, 2019 @ 4:00 PM EST in order for a sellers bid to be deemed 'responsive' and to be considered for award. |
Equipment Condition | In accordance with conditions and specifications per Statement of Work. |
Delivery of Order | Effective Date of Service Delivery must be made on 07/01/2019 after receipt of order (ARO). |
Environmental Management - Terms and Condtions Incorporated by Reference | In order to comply with federally mandated environmental preference programs and Department of Homeland Security (DHS) “Green Procurement Program” (GPP) policy, US Customs and Border Protection requires the use of environmentally preferable products and services. These program elements include: recovered material products, energy and water efficient products, alternative fuels and fuel efficiency, bio-based products, non-ozone depleting substances, priority chemicals, and environmentally preferable products. These program elements are described on the Office of the Federal Environment Executive website (http://www.ofee.gov). Product or service must be in compliance with Environment, Energy and Water Efficiency, Renewable Energy Technologies, Occupational Safety, and Drug-Free Workplace FAR 52.223-1 through 52.223-17, 52.204-4 and 52.211-5. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. |
FAR 52.212-4(c) Contract terms and Conditions - Commerical Items | Changes in the terms and conditions of this contract may be made only by written agreement of the parties. |
FAR 52.217-5 Evaluation of Options | As prescribed in 17.208(c), insert a provision substantially the same as the following: EVALUATION OF OPTIONS (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) |
FAR 52.217-8 Option to Extend Services | FAR 52.217-8 Option to Extend Services (Nov 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. the Contracting Officer may exercise the option by written notice to the contractor within 30 days. |
FAR 52.217-9 Option to Extend the Term of the Contract | FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that (a) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It o has, o has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) The offeror represents that (a) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of provision) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause. |
Service Contract Act | Service Contract Act - FAR 52.222-41 Service Contract Act of 1965, As Amended (July 2005) is hereby applicable to this solicitation. Also - see attachment WDOL for detailed information regarding specific minimum WAGE DETERMINATIONS for this procurement. |
Past Performance | Each offeror shall provide the attached Past Performance Evaluation and Past Performance Ref Sheet to their company's previous three customers, preferably government customers. Each customer shall submit the completed Past Performance documentation to clientservices@fedbid.com. All evaluations are to be submitted by the end date and time of this solictation. |
Quality Control Plan | The Contractor shall establish and maintain a complete Quality Control Plan (QCP) to ensure that the Contractor will meet all requirements of the contract, and that all requested services are performed effectively, efficiently, and in accordance with industry standards. A. At a minimum, the QCP shall include the following: 1. A system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable. 2. Specifics as to the areas to be inspected on both a scheduled and random basis, frequency of inspections, and the title and organizational placement of the inspector(s). 3. A component for monitoring periodic inspections made by Contractor representatives other than on-site personnel. 4. An acceptable procedure for generating, analyzing, and processing customer surveys. 5. An acceptable customer complaint procedure. 6. Safety procedures to be utilized by the Contractor during the performance of this contract. 7. An organizational chart that describes the structure within the organization as related to the facility. This chart shall be updated as necessary and available for review by the CO and COR upon request. All changes to the facility's organizational chart shall be reviewed and approved by the CO and COR prior to implementation. B. The Contractor shall maintain an acceptable file of all Contractor inspections and corrective or preventive actions taken. These records shall be made available within 24 hours to the COR or CO upon request throughout the term of the contract, and for the period after contract completion until settlement of all claims are made under this contract. C. A draft of the proposed Quality Control Plan along with sample documentation that will be used during the performance of the contract (i.e. customer surveys, inspections file, etc.), shall be submitted as part of the Contractor's technical proposal for this solicitation. A final draft of the Quality Control Plan shall be submitted to the CO for acceptance within fifteen (15) calendar days of notification of award. If the Contractor chooses to make any changes to the plan during the contract performance period, such changes will be effective only after they have been submitted in writing to the COR and approved by the CO. |
Environmental Management - Terms and Conditions Incorporated by Reference | Environmental Management: In order to comply with federally mandated environmental preference programs and Department of Homeland Security (DHS) “Green Procurement Program” (GPP) policy, US Customs and Border Protection requires the use of environmentally preferable products and services. These program elements include: recovered material products, energy and water efficient products, alternative fuels and fuel efficiency, bio-based products, non-ozone depleting substances, priority chemicals, and environmentally preferable products. These program elements are described on the Office of the Federal Environment Executive website (http://www.ofee.gov). Product or service must be in compliance with Environment, Energy and Water Efficiency, Renewable Energy Technologies, Occupational Safety, and Drug-Free Workplace FAR 52.223-1 through 52.223-17, 52.204-4 and 52.211-5. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. |
FAR 15.204-2(f) Period of Performance (Mar 2003) | The contract term shall be for a period of one year from the date of award, subject to the Government's option to extend the term of the contract in accordance with the clause entitled, "Option to Extend the Term of the Contract" FAR 52.217-9 contained herein. |
Specifications Statement of Work, Statement of Objectives, or Work Performance Statement (Jun 2013) | The Specifications, Statement of Work, Statement of Objectives or Performance Work Statement which describe the work to be performed hereunder, although attached, is incorporated and made a part of this document with the same force and effect of "specifications" as described in the clause, Order of Precedence, FAR 52.215-8 incorporated herein by reference. |
Contracting Officer's Authority (2003) | The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. |
Additional Terms and Conditions | In addition to the Commercial Items Terms and Conditions listed above, the following Terms will be included in all applicable cases; FAR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.249-01 - Termination for Convenience of the Government (Fixed-Price) (Apr 2012) HSAR 3052.204-70 - Prohibition on contracts with corporate expatriates (JUN 2006) The Government reserves the right to include any additional Terms and Conditions that apply to the awarded contract. All Term and Conditions will be included as an attachment to the award for the contractor to review. |
Minimum Salient Characteristics (Mar 2003) | All products to be delivered under the resulting contract shall comply with the salient, physical, functional, or other characteristics set forth in the statement of work (SOW) which have been determined to be essential to the needs of the Government. These characteristics shall be used by the Government to determine that the offered products are equal in all material respects to the products listed in the SOW. |
Subject to Availability of Funds Clause | In accordance with FAR 52.232-18 (APR 1984); Full funding is not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. |
Site Visit Requirement | US Customs and Border Protection (US CBP) and/or US Border Patrol (US BP) may require a site visit to the offeror's facility in order to verify any details/claims made by the offeror pertaining to the facility, and/or to verify the size of the facility space, cleanliness, and other factors relevant to the required service. The agency will coordinate an acceptable date/time with the vendor for the site visit. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
See Statement of Work |
Seller Attachment(s): Required
The attachment(s) must include the following non-pricing information: See Buy Term for Past Performance Questionaire (Three (3) Past Performance Questionaires shall be submitted as part of solicitation). See Buy Term For Meet or Exceed for Service Buys Only (Submission documenting how requirements of Statement of Work shall be met). |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | Wage_Determination.pdf | 788 KB | |
002 | Statement_of_Work.pdf | 87 KB | |
003 | Past_Performance_Evaluation.doc | 53 KB |