Farrier Services
ID: 140P2124Q0320Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Support Activities for Animal Production (115210)

PSC

SUPPORT- PROFESSIONAL: VETERINARY/ANIMAL CARE (R416)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide farrier services for the United States Park Police, with a focus on supporting their Horse Mounted Patrol Unit. The procurement requires vendors to deliver routine, emergency, and orthotic shoeing services, emphasizing the need for contractors to have at least three years of relevant experience and the ability to handle difficult horses. This initiative is crucial for maintaining the health and performance of the horses used in law enforcement activities within national parks. Interested parties must submit their quotes electronically to Michelle Shoshone at michelle_shoshone@nps.gov by 12 PM Eastern on September 4, 2024, with the contract anticipated to be awarded as a Firm-Fixed Price agreement covering a base year and up to three option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for farrier services by the National Park Service as part of support for the United States Park Police. It emphasizes that this solicitation is a total small business set aside under NAICS code 115210, with requirements for contractors to meet specific technical and pricing criteria. Evaluations will consider farrier certification, relevant experience, and price, with preference given to the lowest priced offer that meets the established technical specifications. Interested contractors must submit detailed quotes according to provided instructions, including certifications and evidence of prior relevant experience. The document specifies minimum requirements, including a necessity for at least three years of farrier experience and certifications from recognized associations. The evaluation criteria include adjectival ratings for technical quotes, ranging from "Outstanding" to "Unacceptable." The solicitation ensures compliance with FAR clauses, focusing on equitable treatment of all bidders and ensuring the procurement process aligns with federal regulations. This RFQ is part of the government's broader effort to engage small businesses in public service contracts while promoting competitiveness and adherence to regulations.
    The United States Park Police (USPP) seeks a contractor to provide comprehensive farrier services for its Horse Mounted Patrol Unit, which currently maintains 16 horses, with potential growth to 25. The contract, spanning a base year and three option years, mandates a firm-fixed price agreement, commencing September 2024. The contractor must deliver routine, additional, and emergency shoeing services throughout the year, including federal holidays, and maintain shoes and hoof health as stipulated in a detailed schedule. Key requirements include the availability of a mobile unit, the provision of specific shoe types, and adherence to strict response times—24 hours for emergencies and 48 hours for additional services. Contractors must be certified farriers with at least three years of experience and maintain necessary insurance. They are required to submit monthly shoeing reports and invoices reflecting service details. Access to the stables, located at various sites within the Washington D.C. area, is essential, while the contractor must possess all necessary tools and materials. The contractor bears responsibility for any incidents during the contract term, and all work must meet government inspections and standards. This initiative underscores USPP's commitment to equine welfare and ensuring effective law enforcement capabilities.
    This document outlines pricing details for farrier services as specified in a Statement of Work (SOW) for the federal government. The services include routine and additional shoeing for draft and standard-sized horses, emergency shoeing, and miscellaneous orthotic services. The document categorizes the services under various Contract Line Item Numbers (CLINs) for three contract years, indicating specific quantities for each service type. The pricing structure includes both base and option years, with cost evaluations contingent upon the services rendered. The contractor is responsible for providing all necessary labor, equipment, and materials. Additionally, the total price across the base and option years will be determined upon bid submission, with a note that the actual Period of Performance (PoP) start date will align with the award date. This pricing document is part of a federal Request for Proposal (RFP) process aimed at procuring essential equine services for government needs, ensuring the provision of high-quality care for the horses involved.
    The document outlines wage determinations under the Service Contract Act, emphasizing minimum wage requirements for federal contracts. It specifies that contracts initiated or renewed after January 30, 2022, must follow Executive Order 14026, mandating a minimum wage of at least $15 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are governed by Executive Order 13658, requiring a minimum of $11.25 per hour. The wage determination includes a detailed list of occupations, corresponding wage rates, and the applicable fringe benefits, such as health coverage and paid leave. Additionally, it delineates procedures for requesting additional classifications and wage rates not listed. The document stresses compliance with labor standards and the importance of equitable pay across various occupations tied to government contracts, ensuring that employees receive fair compensation while promoting worker protections. A significant element is the provision for health and welfare benefits alongside compliance with other related executive orders for federal contractors.
    The solicitation RFQ 140P2124Q0320 outlines a request for farrier services to support the United States Park Police, emphasizing a total small business set-aside with a focus on pricing and relevant technical qualifications. Interested vendors must hold specific certifications in farrier services and demonstrate relevant experience of at least three years, particularly in handling difficult horses and executing orthotic and emergency shoeing. Award selection will be based on evaluating technical quotes against defined criteria, including farrier certification and relevant experience, followed by a price assessment. The procurement process adheres to FAR guidelines, specifically FAR Part 13 for fair pricing analysis and comparative evaluations. Offers must be submitted electronically, follow prescribed instructions rigorously, and comply with various federal clauses mandated for government contracts. Overall, this procurement demonstrates the government's commitment to engaging small businesses while ensuring quality standards for essential services within national parks.
    The document outlines Amendment 1 of the Request for Proposal (RFP) for Farrier Services necessary for the management of horses under the USPP. Notably, the requirement for farrier certification has been removed as an evaluation factor. The amendment addresses questions from potential bidders, clarifying that there is no set radius for farrier locations and no minimum or maximum number of farriers required for the contract. The contractor is expected to provide necessary services and labor, with an estimated 15 emergency shoeing occurrences within a 24-hour response window and 30 within 48 hours. Routine shoeing is typically conducted every 4 to 6 weeks. Logistical challenges are minimal, as scheduling will occur monthly, coordinated by the Contracting Officer's Representative. Emergency shoeing is most commonly required following incidents where horses lose shoes during civil disturbances. Finally, specific shoeing requirements will be assessed on a case-by-case basis, with pricing evaluated as needed. This amendment aims to streamline the bidding process and clarify service expectations for potential contractors.
    This document serves as an amendment/modification for a specific solicitation, with key instructions for contractors regarding acknowledgment of the amendment. It specifies that offers must acknowledge receipt of the amendment through one of three methods before the designated deadline to avoid rejection. The amendment outlines its purpose and indicates potential changes to prior submitted offers. It also includes administrative details such as identifying codes, dates, and responsible signatories. The document emphasizes that aside from these amendments, all remaining terms and conditions of the original solicitation and contract remain unchanged and enforceable. This amendment reflects standard procedures in federal procurement to ensure compliance and clarity between contracting parties, ensuring all necessary adjustments are documented correctly in line with applicable FAR (Federal Acquisition Regulation) guidelines.
    The document is a solicitation for farrier services by the National Park Service under RFQ 140P2124Q0320, intended for small businesses. It outlines the requirements for submitting quotes based on technical and pricing factors. The contract will be awarded based on the lowest price while meeting specified technical criteria which include farrier certification and relevant experience. Offerors must follow clear instructions on quote submission and provide a checklist of required certifications and experience, focusing on successful past experiences related to farrier services, especially with difficult horses. The evaluation criteria stress the importance of demonstrating technical competence and understanding of the scope of work. Additionally, it emphasizes compliance with various federal acquisition regulations and mandates registrations with the System for Award Management (SAM). The terms also detail payment processes through the U.S. Department of the Treasury's Invoice Processing Platform and stipulate the necessary documentation for payment requests. Overall, the solicitation supports the operational needs of the U.S. Park Police while promoting small business involvement.
    Lifecycle
    Title
    Type
    Farrier Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    CC-SHEN001-26 Concession Business Opportunity for Lodging, Food and Beverage, Retail, Campgrounds, Horseback Riding, and Other Services in Shenandoah National Park, Luray, VA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is offering a 15-year concession business opportunity for lodging, food and beverage, retail, campgrounds, horseback riding, and other services at Shenandoah National Park in Luray, Virginia. The selected concessioner will operate 285 lodging units across three resorts, manage multiple food outlets and retail sales, and oversee four campgrounds, including additional services such as camp stores and automotive services. This opportunity is significant for enhancing visitor experiences in one of the nation's treasured parks, which spans over 197,000 acres and features the scenic Skyline Drive and portions of the Appalachian Trail. Interested parties must submit a notice of intent by October 18, 2024, and electronic proposals by November 7, 2024, with further details available from Andrew Gertge at nerconcessions@nps.gov or by phone at 267-318-0116.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    SITK-FY24 WEAPONS PURCHASE
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the procurement of firearms, specifically one Colt M4 Carbine rifle and two Remington 870 Shotguns, to support operations at the Sitka National Historic Park. This firm-fixed-price contract is exclusively set aside for small businesses, adhering to a size standard of 1,000 employees under NAICS code 332994. The acquisition is crucial for enhancing safety and operational effectiveness within the park, reflecting the NPS's commitment to small business participation in federal contracting. Interested offerors must submit their proposals by September 19, 2024, at 5:00 PM Alaska time, with delivery required by October 22, 2024; for further inquiries, contact Francisco Velasco at franciscovelasco@nps.gov or call 907-644-3313.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    F-- Pre-Solicitation Notice for RFP No. 140L0123R0005
    Active
    Interior, Department Of The
    Sources Sought Notice (SSN) has been issued by the INTERIOR, DEPARTMENT OF THE - BUREAU OF LAND MANAGEMENT, WASHINGTON DC OFFICE. The notice is for the procurement of Short Term Holding & Training services for the Wild Horse and Burro Program (WHBP). This service is aimed at providing a five-year Multiple Award Task Order Contract (MATOC) for the Short Term Holding and Training (STHT) of wild horses and burros. The contract will be in accordance with FAR Subpart 16.5 Indefinite-Delivery Indefinite-Quantity (IDIQ) Contracts.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    PECO HVAC & Boiler Service
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for a service contract focused on HVAC and boiler maintenance at Pecos National Historical Park in New Mexico, under solicitation number 140P6424Q0090. The contract will be a firm-fixed price agreement covering a base year with the potential for four additional option years, and it requires compliance with the Service Contract Act Wage Determination for San Miguel County, NM. This procurement is crucial for ensuring the operational efficiency and safety of the park's facilities, as it encompasses routine inspections, preventative maintenance, and emergency repairs for various HVAC systems. Interested contractors must submit their proposals by September 19, 2024, at 12:00 PM EST, including a Price Schedule, evidence of technical capability, and registration in the System for Award Management. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500.
    SAMA-SAIR: REPLACE UTILITY EQUIPMENT
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the procurement of a Bobcat Toolcat UW56 utility vehicle, along with an optional 72" hydraulic mower deck, to replace an existing work utility vehicle at the Saugus Iron Works and Salem Maritime National Historic Sites. The vehicle must meet specific requirements, including a 2-seat cab, front-end hydraulic lift, dump bed, and various safety features, ensuring operational efficiency and safety standards within the park services. Interested vendors should note that quotes must be submitted electronically by September 20, 2024, with the contract period of performance running from October 25, 2024, to December 20, 2024. For further inquiries, contact Capreece Dunklin at capreecedunklin@contractor.nps.gov.