Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
MODIFICATION

99 -- Humane Euthanasia, Collection and Shipment/Disposal of Scrapie Exposed Sheep and Goats

Notice Date
9/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
311611 — Animal (except Poultry) Slaughtering
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-10-0118
 
Archive Date
9/29/2010
 
Point of Contact
Margie P Thorson, Phone: 612-336-3209
 
E-Mail Address
Margie.P.Thorson@usda.gov
(Margie.P.Thorson@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THE SOLICITATION IS AMENDED. THE HOUR AND DATE SPECIFIED FOR RECEIPT OF OFFERS IS EXTENDED TO 2:30 PM CENTRAL TIME, TUESDAY, SEPTEMBER 14, 2010. (i) 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. The test program under FAR Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in the establishment of a 5 year Blanket Purchase Agreement (BPA). (ii) The reference number is AG-6395-S-10-0118 and the solicitation is issued as a request for quote (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) The Government may elect to award a single BPA or to award multiple BPAs for the same or similar services to two or more sources under this solicitation. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 311611 and small business size standard is 500 employees. (v) This requirement consists of 17 line items. See Section I - The Schedule, pages 2-4. (vi) The Specifications for this requirement is identified in Section II - Description/Statement of Work (SOW), pages 5 - 10. (vii) Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual BPA calls (task orders). (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability(ii) price, and (iii) past performance. Technical and past performance, when combined, are significantly more important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price, BPA will be issued to the responsible firm with the best value quote trading off expected value against probable costs. Additional guidance on price and past performance is provided under provision 52.212-1. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote. A copy of the provision may be attained from http:// www.arnet.gov/far; or (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov. and referenced in your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum 1 - additional clauses/provisions, is provided as Section III, pages 11 - 37, to this combined synopsis/solicitation (xii) 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 at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644);52.219-8 Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor - Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351 et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et. seq.) (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities; (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered notes not applicable (xvi) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 1430 local central time on September 8, 2010. Faxing or emailing quotes is acceptable. In order for an interested party to have a complete quotation package, as a minimum, the quotation package must contain the following items mentioned in Section IV, page 38.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0118/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02271611-W 20100909/100908064004-ec9ad5432e212968e1748eebaef2b628 (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.