Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70B03C22Q00000035
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 this notice. This announce...
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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, effective January 30, 2022. This requirement is being procured as a total Small Business set-aside under NAICS code 812910. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein. The RFQ due date is no later than February 25, at 12:00pm Eastern Standard Time (EST). Submission shall be via email to the contract specialist listed in proposal submission section below. It is the offeror’s responsibility to read the RFQ and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. This is a new requirement based on best value to the Government, to include but not limited to price, delivery date, and technical capabilities. Offerors are required to submit a technical proposal, past performance information and a price proposal to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements. If you have questions regarding this requirement, please submit your inquiries via email to mistelle.watkins@cbp.dhs.gov no later than February 22, 2022 at 12:00pm EST. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a Blanket Purchase Agreement (BPA) for the procurement of Kenneling Services needed in Baltimore, Maryland. The current requirement is for 4 (four) canines; 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. FOB-Destination: Site destination shall be located within 30 miles of the canine's work site. Twenty-four (24) hour access to the parking area is required. The canines work address is: Baltimore-Washington Thurgood Marshall International Airport (BWI) U.S. Customs and Border Protection 7050 Friendship Rd. Baltimore, MD 21240 PERIOD OF PERFORMANCE The intended period of performance (PoP) for this Blanket Purchase Agreement (BPA) is 5 years ARO (03/01/2022 – 02/28/2027). Continuation of the agreement each year will be dependent on the availability of funds. **Actual PoP will be outlined at award. **