Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

S -- Ongoing Bovine Spongiform Encephalopathy Slaughter Sample Collection - Package #1

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541940 — Veterinary Services
 
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-12-0115
 
Point of Contact
Patricia Y Harris, Phone: 612-336-3207
 
E-Mail Address
patricia.y.harris@usda.gov
(patricia.y.harris@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
List of BSE Surveillance/Slaughter Plants BSE Solicitation with Clauses and Statement of Work Standard Form 1449 for BSE sample collection (SF1449) (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation will result in multiple award Blanket Purchase Agreements (BPAs). Multiple awards may be made at any time before the expiration of this announcement. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 12 and 13. (iii) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Veterinary Services (VS), Bovine Spongiform Encephalopathy (BSE) Surveillance program. Awards made as a result of this announcement have the potential to be used for the current BSE Surveillance program. There are no minimum guarantees associated with the BPAs issued against this announcement as BSE testing requirements are subject to periodic change. (iv) The reference number for this effort is AG6395S120115 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this synopsis/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) can be accessed on the Internet at http://www.arnet.gov/far/ This requirement utilizes full and open competition, there are no set asides for small business. The NAICS code is 541940 with a small business size standard of 6.5 million dollars, or less. (vi) REQUIREMENT AND QUANTITIES: This requirement consists of two line items, CLIN 01 (casualty slaughter) and CLIN 02 (fallen stock, clinical suspects), Bovine Spongiform Encephalopathy (BSE) sample material collection in accordance with the attached Statement of Work (SOW) (See Attachment I). Vendors may submit quotes for CLIN 01, CLIN 02 or CLIN 01 and 02. However, the minimum number of samples in a quote must be at least 200 samples or total at least 200 samples if the quote includes both categories (CLIN 01 and 02). Unit of issue is each, pricing is Firm Fixed Price per unit, no quantity is provided given BPA format (exact quantities will be specified in BPA contract orders.) The samples collected will be in support of the ongoing BSE Surveillance program throughout the continental United States, Hawaii, Alaska and Puerto Rico. (vii) Deliverables and acceptance of deliverables will be FOB Destination. The destination laboratory for samples will be determined by APHIS VS. Shipment costs are not to be included in the quoted per sample price. However, offerors should indicate if they plan to hand deliver, rather than ship, samples to the destination laboratory. (viii) The PERIOD OF PERFORMANCE for this purchase order will be from date of award through 12 months. Twelve (12) month follow-on extensions to the agreements may occur and will be treated in accordance with FAR 13.303-6 & 303-7. Vendors will be afforded the ability to negotiate price adjustments for agreement extensions beyond the initial 12 month period of performance. (ix) TECHNICAL SPECIFICATIONS: Each sample must be collected in accordance with collection procedures outlined in the attached Statement of Work. Payment will only be made for conforming, viable samples fit for testing purposes in accordance with 52.212-4 (a) Inspection/Acceptance. The contractor shall not be paid for samples collected incorrectly, damaged, or destroyed during shipment. (x) Sample collection will occur through the week and year, excluding Federal holidays. (xi) GOVERNMENT ROLES AND RESPONSIBILITIES: The Government shall provide details in regard to the number of samples to be collected, the laboratory where samples are to be submitted, and the method of sample submission to the testing labs per individual order placed against the BPAs. (xii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. The Government intends to evaluate quotes and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. (xiii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Awards will be made to the responsible offerors whose offers conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The following factors shall be used to evaluate offers: (a) Technical capability: ability to perform collection service, geographic location, type of cattle available for sampling, documented access to cattle targeted for surveillance sampling, and the minimum and maximum number of annual samples capable of being provided under the BPA (b) past performance, (c) socioeconomic status and (d) price. Technical capability, past performance and socioeconomic status are in descending order of importance. The combined importance of all non-price related factors is approximately equal to price. In accordance with FAR 52.212-1 (b) (4) each offeror must provide a brief description of its ability to perform the service described in the SOW. This description must describe any work on previous similar projects, the types of facilities and personnel available to support project, the nature of the offeror's primary business and facilities, and a description of the cattle population that the offeror intends to utilize for sampling. The description shall also address the extent of the geographic region from which the vendor is able to draw samples. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit business references. Please provide the name, address, phone number, fax and email for each reference. If the offeror has had previous involvement with the national BSE Surveillance program, please provide the contact information for the local VS representative. Offerors with no past performance will be rated neutral. Firms shall provide their socioeconomic status by completing the provision at 52.212-3. (xiv) 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.bpn.gov, or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) 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; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-3 Buy American Certificate-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; 52.222-41 Service Contract Act. Department of Labor wage determination shall apply to this requirement. Individual wage determinations are determined by county and state. The BPA awards will contain the appropriate wage determinations and vendors will be responsible for maintaining the appropriate wage determination revisions. You may obtain the wage determination by visiting the following website: http://www.wdol.gov/sca.aspx#0 (xviii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 3:00PM CST, 24 August, 2012. Faxed quotes are acceptable. (xix) The assigned Contracting Officer, Patricia Harris, may be reached at patricia.y.harris@aphis.usda.gov, or by fax at (612) 336-3550. (xx.) All questions shall be submitted in writing to the Contracting Officer, For the purpose of standardization, interested parties must submit the information requested in this document with their quotation to have a complete quotation package. A COMPLETE QUOTATION PACKAGE WILL CONSIST OF THE FOLLOWING: 1) Price(s) for CLIN 01 AND/ OR CLIN 02. THE OFFER MUST STATE THEIR PRICE INCLUSIVE OF ALL FEES FOR THE SERVICE WHICH IS DATE OF AWARD THROUGH 12 MONTHS EXCEPT SHIPPING. Follow-on pricing will be renegotiated prior to any BPA extension. 2) Signature of the offeror on the page that lists the price. 3) A detailed narrative addressing any work on previous similar projects, the types of facilities and personnel available to support project, the nature of the offeror's primary business and facilities, and a description of the cattle population that the offeror intends to utilize for sampling and geographic sampling capability. The narrative will be used by the Government to determine if the firm shall receive an award given the considerations outlined in above in the provision at 52.212-2 Evaluation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in (xiii), provision 52.212-2. 5) 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. 6) One completed copy of attached SF1449 form. If an offeror's 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 offeror's quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0115/listing.html)
 
Place of Performance
Address: Throughout the Continental United States, United States
 
Record
SN02826743-W 20120805/120803235718-f13a5f9a3edb5bb257a11fde8495f7c7 (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.