The RFP Database
New business relationships start here

Andrade POE Canine Kenneling Service


District Of Columbia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 70B03C19Q00000184 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses (including Attachment Two to the solicitation) are those in effect through Federal Acquisition Circular 2019-01. The associated NAICS code for this procurement is 812910 - (Pet Care Services) with a small business size standard of $7.5M. This requirement is being solicited with a total small business set-aside restriction. All responsible small business sources, may submit a proposal which shall be considered by the agency.


The U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO) Andrade Port of Entry has a requirement to secure commercial kennel facilities and services. The contractor shall provide a secure and insured boarding facility to safely board and care for CBP owned canines. The contractor shall provide all of the labor, materials, supervision, facilities, equipment and personnel necessary to satisfy the kenneling requirements.


The deadline for receipt of proposals for this requirement is: Wednesday, July 24, 2019 at 11:00 AM Pacific Time (PT).


Proposal submissions must be submitted via email to Contract Specialist Dominique Brown at: dominique.u.brown@cbp.dhs.gov Subject line of the email should read: 70B03C19Q00000184 Proposal Submission: Andrade POE Canine Kenneling Services. All proposal pricing must be valid for up to 60 calendar days after close of the solicitation.


Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government time to respond. Questions must be submitted directly to the proposal submission point of contact as indicated above. Questions not received by the question submission deadline of: Monday, July 22, 2019 at 11:00 AM PT may not be considered.


In accordance with FAR 52.222-41 (Service Contract Labor Standards) Attachment Three to the solicitation includes prevailing wage rates for Yuma County, Arizona and Imperial County, California. These wage rates must be adhered to in performance of the resultant contract.


The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:


• FAR 52.212-1, Instructions to Offerors - Commercial Items;
• FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - offerors must submit a completed copy of the listed representations and certifications; (see Attachment Two)
• 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


Prospective offerors are required to be registered in SAM (https://www.sam.gov) at the time a proposal is submitted.


See Attachment Two of the solicitation for further clause and provision detail applicable to this acquisition.


In addition to submitting the required pricing sheet (Attachment Four) for this solicitation, each prospective offeror must provide any relevant NON-PRICING responses (e.g. technical proposal, product specifications, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. An offeror must submit sufficient information for a technical evaluation to be made by the Government to determine if the offeror's proposal meets the minimum requirements of the SOW. 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 proposal may be determined technically unacceptable.


Emailed submissions must be in separate attachments and clearly indicate what is being provided. The following criteria must be followed when submitting proposal attachments:


1. TECHNICAL APPROACH: Submission must be no more than three (3) single-sided pages total.


2. PAST PERFORMANCE: Submission must be no more than three (3) single-sided pages total.


3. PRICE: Submission must include pricing for the Base Year period of performance plus each Option Year Period. Total contract price for the purpose of price evaluation shall consist of the Base Year plus all Option Years.


Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation.


The Government intends to award a Firm Fixed Price purchase order.


Award Criteria:


Proposal that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed.


52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)


Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors.


(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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposal meeting or exceeding the acceptability standards for non-price factors. The proposal with the lowest evaluated price will be evaluated for technical acceptability. Only if that proposal is found to be technically unacceptable will the evaluation proceed to the proposal with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable proposal is found. The following factors shall be used to evaluate technical acceptability of the lowest priced offeror:


TECHNICAL AND MANAGEMENT APPROACH (non-price)


1. The Offeror must meet the requirements of the Statement of Work (SOW). The proposal should fully outline the capabilities and methodology to provide the services as required.


PAST PERFORMANCE (non-price)


2. Offerors will be evaluated on their recent (within the past 3 years) performance of relevant requirements as described in the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. An Offeror may also provide information on problems encountered on the identified projects and the offer's corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available.


PRICE


3. A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action.



(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. The Government reserves the right to award without discussions with Offerors.

(End of provision)


List of Attachments to Solicitation Number 70B03C19Q00000184:
1. Statement of Work (SOW)
2. Applicable Contract Clauses and Solicitation Provisions
3. WDOL Wage Determinations - Yuma County, Arizona and Imperial County, California
4. Pricing Sheet


Dominique Brown, Contract Specialist, Phone 5204072801, Email dominique.u.brown@cbp.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP