R--Farrier Services
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 (Updated)
- Updated Published Date: Sep 04, 2024 02:43 pm EDT
- Original Published Date: Aug 29, 2024 08:41 am EDT
- Updated Date Offers Due: Sep 11, 2024 09:00 am EDT
- Original Date Offers Due: Sep 11, 2024 09:00 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 26, 2024
- Original Inactive Date: Sep 26, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R416 - SUPPORT- PROFESSIONAL: VETERINARY/ANIMAL CARE
- NAICS Code:
- 115210 - Support Activities for Animal Production
- Place of Performance:
Description
The NAICS code(s) for this requirement is 115210 Support Activities for Animal Production with a size standard of $11M.
The U.S. Government desires to procure vendors who are able to provide all labor and resources necessary to perform farrier services in the Greater Washington D.C. Metropolitan Aera, on a small business set-aside basis.
Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socio-economic categories (including 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service Disabled Veteran Owned, Women Owned Small Business concerns), are encouraged to identify their capabilities in meeting the requirement at a fair market price.
Some of the duties include: Routine, emergency and orthotic showing services.
This requirement is anticipated to be awarded as a Firm-Fixed Price award and is anticipated to include a base year and up to three option years. The Government reserves the right to award just the base year, or the base year and a combination of option years.
There will not be a site visit for this requirement.
Questions will be accepted up 12pm Eastern on 4 September 2024. Questions received after this date will not be addressed. Answers will be posted as an amendment to this announcement.
Quotes shall be returned electronically to michelle_shoshone@nps.gov as specified in this announcement.
**Amendment 1**
Amendment 1 updates the Evaluation Factors and provides responses to the questions received in response to this solicitation. Please refer to B09(a) and B09(b) for documents associated with amendment 1.
Attachments/Links
Contact Information
Contracting Office Address
- 7333 W JEFFERSON AVE SUITE 100 XXXX
- LAKEWOOD , CO 80225
- USA
Primary Point of Contact
- Shoshone, Michelle
- michelle_shoshone@nps.gov
- Phone Number 2025789322
Secondary Point of Contact
History
- Sep 27, 2024 12:00 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 29, 2024 08:41 am EDTCombined Synopsis/Solicitation (Original)