Purchase of Caprines
Solicitation Number: W911SF-16-R-1203
Agency: Department of the Army
Office: Mission and Installation Contracting Command - Fort Benning, GA
Notice Type: Posted Date:
Combined Synopsis/Solicitation 18 December 2015
Response Date:
5 January 2016
Archiving Policy:
Automatic, 15 days after response
Archive Date:
N/A
Original Set Aside:
N/A
Set Aside:
Small Business Set-Aside
Classification Code:
88 - Live Animals
NAICS Code:
112420 - Goat Farming
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposal (RFP) with a solicitation number of W911SF-16-R-1203. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66.
DESCRIPTION OF REQUIREMENT:
The Mission and Installation Contracting Command (MICC) Fort Benning, Georgia intends to award a Blanket Purchase Agreement(s) (BPA(s)) to the offeror(s) that are determined technically acceptable. BPA(s) under the program will have a single call limit of $150K. All calls over $25K will be placed by warranted Contracting Officers. Offerors are encouraged to review the DRAFT BPA in Attachment 1for all BPA terms and conditions. Supplies included are: Caprines. This is the only synopsis that will be provided by the government before establishing and placing calls under the BPA(s).
This BPA is a 100% total small business set aside in accordance with FAR 52.219-6; NOTICE OF TOTAL SMALL BUSINESS SET ASIDE. Small business sources may submit a price list which shall be considered by the agency. The performance period is approximately 1 February 2016 through 31 January 2021. The associated North American Industrial Classification System (NAICS) code for this procurement is 112420 Size standard is .75 Million Dollars. Offers from all eligible firms will be considered.
SPECIFICATION AND REQUIREMENT
Statement of Work:
1. Purpose: The Contractor shall provide and deliver to Fort Benning, Georgia, Hunter Army Air Field, Georgia and/or stated DOD facility, a caprine meeting or exceeding the following specifications in accordance with Federal, and state of origin regulations governing the health requirements for the transport and admission of animals both intra and interstate, and all other terms and conditions stated herein.
2. Scope: Contractor shall furnish Caprine for 75th Ranger Battalion with salient characteristics as follows:
a. Caprines' must be male (castrated or intact) or female (nonpregnant)
b. Caprines' must be a minimum of fifty (50) lbs.
c. Caprines' must be free of external parasites
d. Caprines' must be healthy and free of obvious signs of disease or major injury
e. Caprines' shall be healthy, free of zoonotic diseases and show no evidence of respiratory, gastrointestinal, cutaneous, musculoskeletal, nervous, metabolic, ophthalmic, or other diseases.
f. Animals cannot eat (grain/hay/grass) within 12 hours prior to pick up; water must be available
3. Delivery: Contractor must be able to deliver to the following locations]
a. Fort Benning, GA
b. Fort Stewart, GA
c. Hunter Army Airfield, GA
4. Training Schedule: A list of tentatively scheduled deliveries will be provided to the contractor. This list is subject to change and will be updated on an as needed basis.
5. Additional Requirements
a. Contractor must notify ordering officer at time of order if unable to deliver
b. Contractor shall have animals available for initial inspection by the Command Veterinarian a minimum of 14 days before delivery or pickup. The Command Veterinarian will clearly mark inspected animals prior to pick up.
c. The Command Veterinarian will not accept overly aggressive animals.
d. In accordance with the Animal Welfare Act (passed in 1966 and last modified in 1990), the Command can only purchase animals from U.S. Department of Agriculture (USDA) approved vendors with a Class B license, in addition vendor will be given 24 hours notification to be available to have unit veterinarian inspect facilities and animals.
e. Supplier will be required to supply a yearly requirement of at least 150 caprines but no more than 450.
f. The entire quantity stated for delivery on any specific day shall be delivered at one time, e.g. no split shipments will be accepted
g. The Contractor shall coordinate with the receiving facility at least 48 hours or two business days prior to delivery for the exact time of delivery based on the availability of veterinary personnel.
h. Contractor must fulfill requirement within 14 business days of request.
Price Schedule - submit price schedule in the following format:
CLIN Item Description Unit of Issue Unit Price Total Price
0001 Caprine
0002 Delivery
1001 Caprine
1002 Delivery
2001 Caprine
2002 Delivery
3001 Caprine
3002 Delivery
4001 Caprine
4002 Delivery
SOLICITATION PROVISIONS:
This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil
52.209-7, Information Regarding Responsibility Matters (Feb 2012)
52.212-2, Evaluation - Commercial Items (Jan 1999)
52.212-1, Instruction to Offerors - Commercial Items (Feb 2012)
52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I)(Dec 2012)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)
252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009)
252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005)
252.215-7007, Notice of Intent to Resolicit (Jun 2012)
252.215-7008, Only One Offer (Jun 2012)
52.232-18 -- Availability of Funds (Apr 1984)
CONTRACT CLAUSES:
The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: http://farsite.hill.af.mil
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013).
The following clauses contained within 52.212-5 are applicable and incorporated by reference:
52.202-1; Definitions
52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-1, Small Business Program Representatives, Alt I
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post Award Small Business Program Re-representation
52.222-3, Convict Labor
52.222-17, Non-displacement of Qualified Workers
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights under the National Labor Relations Act
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment
52.222-50, Combating Trafficking in Persons
52.222-54, Employment Eligibility Verification
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.229-3, Federal, State, and Local Taxes
52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration
52.233-1, Disputes
52.233-4, Applicable Law for Breach of Contract Claim
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
52.246-2; Inspection of Supplies-Fixed Price
52.247-34, F.O.B. Destination
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7003, Control of Government Personnel Work Product
252.209.7001, Disclosure of Ownership or Control by the Government of a Terrorist Country
252.209-7004, Subcontracting With Firms That Are Owned or Controlled By the Government
Of a Terrorist Country
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive
Orders Applicable to Defense Acquisitions of Commercial Items
The following clauses contained within 252.212-7001 are applicable and incorporated by reference:
52.203, Gratuities
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.205-7000, Provision of Information to Cooperative Agreement Holder
252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.243-7002, Requests for Equitable Adjustment
252-247-7023, Transportation of Supplies by Sea
252-247-7024, Notification of Transportation of Supplies by Sea
52.212-2 EVALUATION--COMMERCIAL ITEMS (Oct 2014)
1. The Government will award a Blanket Purchase Agreement(s) (BPA(s)) to the quoter(s) that are determined technically acceptable.
The following adjectival ratings will be used in evaluating each quoter's written technical capability explanation:
Acceptable - To receive this rating, the quoters product shall meet the salient characteristics set forth in the solicitation.
Unacceptable - An unacceptable rating will be assessed on any quoter that presents items that demonstrates any of the following: Fails to meet the salient characteristics set forth herein.
2. Lowest Price Technically Acceptable. Prices will be reviewed to determine reasonableness and, if accepted, the vendor's price list (See Attachment 2- Schedule) will be approved by the contracting officer and incorporated into the BPA.
3. Past Performance: Past Performance to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information)
The government intends to award without discussions. The government reserves the right to enter into discussions if an unacceptable technical quote can be made acceptable, to include price negotiations.
4. Evaluation Factors: Proposals will be evaluated on the following factors:
Factor 1: Distance. Offerors proposal shall demonstrate the capability to deliver caprines within a 100 mile radius of the Fort Benning, Fort Stewart, and Hunter Army Airfield to meet inspection requirements as outlined in the Statement of Work
Factor 2: Delivery. Offerors proposal shall demonstrate the availability of Caprines for delivery within 14 business days of notification
Factor 3: Certification. Offeors proposal shall clearly reflect U.S. Department of Agriculture (USDA) approval with Class B License
(End of Provision.)
FOR OFFERS TO BE CONSIDERED
1. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors - Commercial Items. The SF 1449 is not being used so Offerors are to make their submission by way of company letterhead.
2. Offers are to be received by MICC-Fort Benning no later than 09:00 AM Eastern Time, Tuesday, 5 January 2016.
3. Offers are to consist of the following documents:
a. Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately as discussed below.
4. All proposals from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov.
Contracting Office Address:
MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905
Point of Contact: MSG LaNiece Bowman; Email: [email protected] , Phone: 706-545-2664