United States - R--OPTION - Kennel/veterinary Services - Memphis, TN

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
25 June 2019
Opportunity publication date
20 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 19, 2019 5:10 pm

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. The solicitation number is 20110644 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 541940 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-06-25 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work.

The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following:
Base Period of Performance: 07/01/2019 - 06/30/2020
LI 001: Full time boarding/kenneling services in Memphis, TN for two(2) canines in accordance with the attached Statement of Work. SELLER'S MUST PROVIDE NON-PRICING ATTACHMENTS WITH BID AS LISTED IN BUY INSTRUCTIONS or bid may be determined to be non-responsive., 1, AU;
LI 002: Provide bathing services for two (2) canines in accordance with the Statement of Work., 1, AU;
LI 003: Provide food, supplies and equipment to feed two (2) canines twice per day in accordance with the Statement of Work., 1, AU;
LI 004: Provide Veterinary Service for two (2) canines in accordance with the Statement of Work., 1, AU;
Option 1 Period of Performance: 07/01/2020 - 06/30/2021
LI 001: Full time boarding/kenneling services in Memphis, TN for two(2) canines in accordance with the attached Statement of Work. SELLER'S MUST PROVIDE NON-PRICING ATTACHMENTS WITH BID AS LISTED IN BUY INSTRUCTIONS or bid may be determined to be non-responsive., 1, AU;
LI 002: Provide bathing services for two (2) canines twice per month in accordance with the attached Statement of Work., 1, AU;
LI 003: Provide food, supplies and equipment to feed two (2) canines twice per day in accordance with the attached Statement of Work., 1, AU;
LI 004: Provide Veterinary Service for two (2) canines in accordance with the attached Statement of Work., 1, AU;
Option 2 Period of Performance: 07/01/2021 - 06/30/2022
LI 001: Full time boarding/kenneling services in Memphis, TN for two(2) canines in accordance with the attached Statement of Work. SELLER'S MUST PROVIDE NON-PRICING ATTACHMENTS WITH BID AS LISTED IN BUY INSTRUCTIONS or bid may be determined to be non-responsive., 1, AU;
LI 002: Provide bathing servicesfor two (2) canines twice per month in accordance with the attached Statement of Work., 1, AU;
LI 003: Provide food, supplies and equipment to feed two (d) canines twice per day in accordance with the attached Statement of Work., 1, AU;
LI 004: Provide Veterinary Service for two (2) canines in accordance with the attached Statement of Work., 1, AU;
Option 3 Period of Performance: 07/01/2022 - 06/30/2023
LI 001: Full time boarding/kenneling services in Memphis, TN for two(2) canines in accordance with the attached Statement of Work. SELLER'S MUST PROVIDE NON-PRICING ATTACHMENTS WITH BID AS LISTED IN BUY INSTRUCTIONS or bid may be determined to be non-responsive., 1, AU;
LI 002: Provide bathing services for two (2) canines twice per month in accordance with the attached Statement of Work., 1, AU;
LI 003: Provide food, supplies and equipment to feed two (2) canines twice per day in accordance with the attached Statement of Work., 1, AU;
LI 004: Provide veterinary service for two (2) canines in accordance with the attached Statement of Work., 1, AU;
Option 4 Period of Performance: 07/01/2023 - 06/30/2024
LI 001: Full time boarding/kenneling services in Memphis, TN for two(2) canines in accordance with the attached Statement of Work. SELLER'S MUST PROVIDE NON-PRICING ATTACHMENTS WITH BID AS LISTED IN BUY INSTRUCTIONS or bid may be determined to be non-responsive., 1, AU;
LI 002: Provide bathing services for two (2) canines twice per month in accordance with the attached Statement of Work., 1, AU;
LI 003: Provide food, supplies and equipment to feed two (2) canines twice per day in accordance with the attached Statement of Work., 1, AU;
LI 004: Provide veterinary Service for two (2) canines in accordance with the attached Statement of Work., 1, AU;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: 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.
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.

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.

Bid MUST be good for 60 calendar days after close of Buy.

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.

Due to operational requirements, only vendors with a kennel/boarding facility within a forty (40) mile radius of the following location shall be eligible for award:

U.S. Customs and Border Protection

Memphis International Airport

2491 Winchester RD

Memphis, TN 38116

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.

For Meet or Exceed Services Buys-In order for a seller's bid to be considered "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 a statement detailing the services for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a seller's bid to be deemed "responsive" and to be considered for award.

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.

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, 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); the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33; the following clauses in paragraph (c): 52.222-41, 52.222-42; and paragraph (e). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

The Government contemplates award of a Firm Fixed Price Purchase Order resulting from this solicitation.

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).

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 of the current contract end date.

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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.

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 -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).

Service Contract Labor Standards (AUG 2018), is hereby applicable to this solicitation. Also - see attachment WDOL for detailed information regarding specific minimum WAGE DETERMINATIONS for this procurement.

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.

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/.

Opportunity closing date
25 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Homeland Security Procurement Directorate - DC United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?