SOLICITATION NOTICE
37 -- Poultry Cages
- Notice Date
- 8/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423820
— Farm and Garden Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-14-0082
- Archive Date
- 9/10/2014
- Point of Contact
- Joshua Dobereiner, Phone: 309-681-6410
- E-Mail Address
-
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation number AG-32SC-S-14-0082 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This solicitation will be full and open competition. The associated NAICS code is 423820 (Farm and Garden Machinery and Equipment Merchant Wholesalers), with a small business size standard of 100 employees. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Poultry Cages for SEPRL Building 43 0002) Poultry Cages for SEPRL Building 44 0003) Installation Specifications for Building 43 (Cages to provide housing for poultry from hatchlings to pullets): Individual Cage Specifications: • Cage Dimensions o Brooder cages:  30" wide by 26" deep by 18" high.  Total cage floor area: 273,600 sq. in. or 1,900 sq. ft. • Doors at least 12" wide. • Material: o Cages: Wire mesh, hot-dipped galvanized after weld or stainless steel. o Stand: Galvanized or stainless steel with adjustable leveling feet. Cage System Specifications: • Row length must be less than 62 feet, including drive equipment. • Watering system and feed troughs with distribution system to be included in cage system. • Manure collection system to be included. Belt-type system or equivalent, with rails or curtains to maximize collection and minimize splashing. All drive equipment to provide for manure collection to be included. Configuration: • Cages will be in three rows of three tiers each. • Cage rows will be double width. Specifications for Building 44 (Cages to provide housing for approximately 1,660 hens and 300 roosters): Individual Cage Specifications: • Cage Dimensions: o Layer cages:  12" wide by 16" deep by 18" high (192 sq. in. per bird).  Total cage floor area 319,488 sq. in. or 2,218.7 sq. ft. o Rooster cages:  12" wide by 16" deep by 22" high (192 sq. in. per bird)  Total cage floor area 58,368 sq. in. or 405.3 sq. ft. • Spring loaded doors at least 10" wide. • Material: o Cages: Wire mesh, hot-dipped galvanized after weld or stainless steel. o Stand: Galvanized or stainless steel with adjustable leveling feet. Cage System Specifications: • Row length must be less than 115 feet, including manure equipment. • Egg trays must have cushioned edges. • Egg trays must have divider or be otherwise separated (so that eggs can be linked to individual hens) • Watering system and feed troughs with distribution system to be included in cage system. • Manure collection system to be included. Belt-type system or equivalent with rails or curtains to maximize collection and minimize splashing. All drive equipment to provide for manure collection to be included. Configuration: • Hen cages will be in three double width rows of two tiers each. • Rooster cages will be in two single width rows of two tiers each. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Southeast Poultry Research Lab, Athens, GA and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than August 26, 2014, 4:00pm Eastern Standard Time. Questions in regards to this combined synopsis/solicitation are due no later than 1:00 PM EDT on Friday, August 15, 2014. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/612ef8287363c3771d83a9c426dbd821)
- Place of Performance
- Address: 934 College Station Road, Athens, Georgia, 30605, United States
- Zip Code: 30605
- Zip Code: 30605
- Record
- SN03459802-W 20140813/140811235043-612ef8287363c3771d83a9c426dbd821 (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 |