Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2007 FBO #2214
SOLICITATION NOTICE

88 -- blab41471

Notice Date
12/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Veterinary Services, 1800 Dayton Avenue, AMES, IA, 50010, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FBO-BLAB41471
 
Response Due
1/2/2008
 
Archive Date
1/17/2008
 
Point of Contact
Sarah Schauf, Contracting Officer, Phone 5156637839, Fax 5156637247, - Sarah Schauf, Contracting Officer, Phone 5156637839, Fax 5156637247
 
E-Mail Address
sarah.c.schauf@aphis.usda.gov, sarah.c.schauf@aphis.usda.gov
 
Description
The USDA, Animal and Plant Health Inspection Service (APHIS), National Veterinary Science Lab (NVSL), Ames, Iowa, has a requirement for 1760 Golden Syrian Hamsters, 40-50 grams for weekly deliveries from January 2, 2008 through September 30, 2008. Deliveries are 44 per week. All deliverables are F.O.B. Ames, Iowa. Only dealers licensed by the USDA are authorized to submit bids. The hamsters must be supceptable to lepto and virus free. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses which are in currently effect through Federal Acquisition Circular. The provision at 52.212-1 Instruction of Offerors ? Commercial applies to this solicitation. The provision at 52.212-2 Evaluation ? Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price and past performance. Past performances a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm?s record of conforming to specifications and to standards of good workmanship/customer service, and adherence to contract schedules, terms and conditions. The provision 52.212-3 Offeror Representations and Certifications ? Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The online Reps and Certs. application representations and certifications application (ORCA) can be found at http://www.bnp.gov or a hard copy of the provisions may be attained form http://www.arnet.gov/far. Applicable FAR clauses are incorporated by reference: 52.211-6 Brand Name or equal. The clause 52.212-4 contract terms and conditions Commercial items applies to this acquisition. The clause at 52.212-5 contract terms and conditions required to implement statutes or executive orders commercial items, applies to this acquisition. The following FAR clauses identified in Far 52.212-5 are considered checked and are applicable to this acquisition; 52.203-6 Restrictions on subcontractor sales to the Government; 52.222-3 convict labor; 52.222-19 child labor ? cooperation with authorities and remedies; 52.222-26 equal opportunity; 52.222-21 prohibition of segregated facilities; 52.222-22 previous contracts and compliance reports; 52.222-35 equal opportunity for special disabled veterans of the Vietnam Era, and other eligible veterans; 52.222-25 affirmative action compliance; 52.222-36 affirmative action for workers with disabilities; 52.222.35 employment reports on special disabled veterans, veterans of the Vietnam era, and other Eligible veterans; 52.225-1 Buy American Act; 52-225-2 Buy American certificate; 52.225-13 restrictions on certain foreign purchases; 52.232-33 payment by electron funds transfer central contractor registration (CCR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Quotations are due to the United States Department of Agriculture, National Veterinary Services Laboratories, and 1800 Dayton Ave, Ames, IA 50010 by the date listed on this solicitation. Faxed quotes are acceptable. Contact is Sarah Schauf. Ms. Schauf may reach at Sarah.C.Schauf @aphis.usda.gov, (515)663-7839 or by fax at (515)663-7247. Complete quote will consist of the following: 1. Price. 2. Signature of the offeror on the page that lists the price 3. Completed copy of the provisions at FAR 52.212-3 offeror representations and certifications ? commercial items or confirmation that this has been completed on line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby make an offeror ineligible for award.
 
Place of Performance
Address: 1800 DAYTON AVE, AMES IOWA
Zip Code: 50010
Country: UNITED STATES
 
Record
SN01470936-W 20071219/071217223156 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.