Kenneling- Area Port of New Orleans

Agency:
State: Louisiana
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159891667785803
Posted Date: Mar 4, 2024
Due Date: Mar 15, 2024
Source: Members Only
Follow
Kenneling- Area Port of New Orleans
Active
Contract Opportunity
Notice ID
70B03C24Q00000115
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US CUSTOMS AND BORDER PROTECTION
Office
BORDER ENFORCEMENT CONTRACTING DIVISION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 04, 2024 03:07 pm EST
  • Original Date Offers Due: Mar 15, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R416 - SUPPORT- PROFESSIONAL: VETERINARY/ANIMAL CARE
  • NAICS Code:
    • 812910 - Pet Care (except Veterinary) Services
  • Place of Performance:
    Slidell , LA 70461
    USA
Description

(1) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



(2) The solicitation number is 70B03C24Q00000115 (PR 20143339) and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03. The associated North American Industrial Classification System (NAICS) code for this procurement is Primary 812910 Pet Care (except Veterinary) Services and secondary 541940 Veterinary Services.



(3) This procurement shall be Open Market. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. The resulting award will be base year, plus four (4) possible option years, to the offeror who provides the Best Value to the Government in compliance with the provided Statement of Work (SOW). Offeror’s evaluation will be based on Factor 1 -Management and Technical Approach, Factor 2 - Past Performance and Specialized Experience and Factor 3 -Price/Cost. Offerors must demonstrate capabilities in relation to the requirement as set forth in the Statement of Work (SOW) and this RFQ. The proposals will be evaluated carefully in accordance with the aforementioned factors.



(4) Site destination shall be located no more than thirty (30) miles from the canine’s K-9 Handler physical address. Twenty-four-hour access is required for each assigned canine enforcement officer to the portion of the facility to be used to kennel CBP canines. Proximity to the Canine Handler physical address is vital due to emergent situations that require quick response, the Canine Handler address is:



CBP Field Technology Office



124 Kingsport Blvd



Slidell, LA 70461



(5) The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a Firm Fixed Price, Blanket Purchase Agreement (BPA) for the procurement of Kenneling Services. It is required that all contractors submitting a quote in accordance with attached SOW demonstrate they can fulfill stated requirements. CBP reserves the right to award with or without a site visit to the contractor’s facility, as well as make unscheduled inspections post-award to ensure acceptable conditions and that all requirements listed in the SOW are being met.



(6) The purpose of this procurement action is to procure Kenneling Services on an as-needed, daily basis with a responsible contractor. The current requirement is for one (1) canine; however, this number may fluctuate depending on the requirements of the work, and the quantity of dogs may increase or decrease over the duration of the service period. Please see attached SOW for details of the requirement.

(7) Contractors must provide company point of contact, company address, SAM’s UEI number, phone number, and email address. Contractors must complete and sign Blocks 30 on page one (1) of this SF 1449 form (RFQ Packet). In addition, contractors must include in their RFQ Packet the following:



- Any acknowledgement of any modifications or amendments.



- Price Quote Form (PQF), containing pricing per canine, per day for each service year, to include bathing and food requirements. Include veterinary pricing for required services.



- Capability Statement in accordance with the SOW, this RFQ and detail cost associated with any sub-contractor if utilized.



In order to be considered, price must be provided for each service/option years.



(8) The vendor selected for award MUST be currently registered in System for Award Management (SAM) at https://www.sam.gov/SAM/ and submit invoices as defined by Federal Acquisitions Regulations (FAR) 2.101 as a condition of the contract. Registration in SAM requires a current Unique Entity ID (EUI) number. No award can be made to a vendor not registered in SAM. And no award can be made if facility is not fully operational at time of award.

(9) Delivery of Submittals: Your RFQ packet must be RECEIVED through email to the Contract Specialist/Contracting Officer no later than March 15, at 2:00 pm. Eastern Time (Indianapolis). No phone calls will be accepted. Late submissions will not be accepted. The electronic submission should be addressed to the Contract Specialist Shana Schreiner via email to shana.l.schreiner@cbp.dhs.gov.



Note: Intended Period of performance shall be a April 1, 2024, through March 31, 2029.



*Actual period of performance dates shall be outlined at award.



(10) The Service Contract Act (SCA) Wage Determination (WD) 2015-5189 Revision 26 and Executive Order (EO) 14026 are applicable to this requirement.



(11) Attachments Packet:

1. Request for Quote (RFQ)

2. Statement of Work (SOW)

3. Price Quote Form (PQF)



4. Wage Determination (WD)


Attachments/Links
Contact Information
Contracting Office Address
  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 04, 2024 03:07 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >