Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2016 FBO #5152
SOLICITATION NOTICE

37 -- Portable Foam Depopulattion Units - Statement of Work

Notice Date
12/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-16-0042
 
Archive Date
3/11/2016
 
Point of Contact
Patricia.M.Simon, Phone: 6123363460
 
E-Mail Address
patricia.m.simon@aphis.usda.gov
(patricia.m.simon@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work AG-6395-S-16-0042 Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation 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 written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract. The National Veterinary Stockpile (NVS) seeks to purchase a Portable Foam Depopulation Unit and the consumable supplies related thereto. The need is for total of (6) Portable Foam Depopulation units, for the depopulation of poultry. The contractor must also provide one-time comprehensive on-site training in the use of the unit for the site as well as repair provisions and other items, to be delivered to: Logistics Management Specialist, USDA APHIS SPRS Logistics Center, 3500 E 149th St, Suite 300, Kansas City, MO 64147. (See attached SOW) 2. Simplified acquisition procedures will be used for this requirement per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Small Business Set-Aside. The The North American Industry Classification System (NAICS) code for this requirement is 333111 with a size standard of less than 500 employees. 3. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), National Veterinary Stockpile (NVS). 4. The solicitation number for this effort is AG-6395-S-16-0042 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 5. 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) can be accessed on the Internet at http://farsite.hill.af.mil/ 6. REQUIREMENTS --See attached statement of work (SOW) for details and requirements. 7. Products shall be delivered FOB Destination, price must include shipping costs to the delivery address. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. 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 following factors shall be used to evaluate offers: Price, capability, and past performance. To be considered for award, interested vendors shall submit: 1) Completed Pricing schedule (price must include all costs necessary to perform according to the SOW). 2) Statement of capability outlining experience and capability of supplying the units as described in the SOW along with proposed literature on the pumps, spumifers, (to show they meet the requirements) and a list of included tools and whether vendor can meet delivery terms as specified in the SOW. The Contractor must demonstrate (in the capability statement and through references) they have successfully manufactured and sold operational foam depopulation units. 3) Three references (name, phone number and e‐mail, a description of the work performed, and the date of performance). The past performance must be work related to the type of work in the SOW and at least one of the references must support the experience requirement in #2 above. 4) DUNS number, confirmation of SAM registration, and completed AGAR 452.209 - 70 provision. 10. The provision 52.212-3 Offeror Representations and Certifications -Commercial Items applies to this solicitation. The contractor shall complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. SAM registration is required. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. 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; _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). _X__ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). _X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (31) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _X__ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. Additional clauses/provisions included: FAR 52.204-18, 52.211-6, 52.232-40 52.247-34, AGAR 452.209-71, 452.209-70 (See attached for more information) 14. To be awarded this contract, the offeror must be registered in SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 15. Quotations must be sent via e-mail to patricia.m.simon@aphis.usda.gov by the date and time specified. Late quotes will not be considered. ANY QUESTIONS PERTAINING TO THIS Request for Quotes (RFQ) SHALL BE DIRECTED TO PATRICIA SIMON, (No later than 5 days before quotes are due) BY EMAIL TO patricia.m.simon@APHIS.USDA.gov 16. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: A) Completed Pricing schedule (price must include all costs necessary to perform according to the SOW). B) Statement of capability outlining experience and capability of supplying the units as described in the SOW along with proposed literature on the pumps, spumifers, (to show they meet the requirements) and a list of included tools and whether vendor can meet delivery terms as specified in the SOW. The Contractor must demonstrate (in the capability statement and through references) they have successfully manufactured and sold operational foam depopulation units. C) Three references (name, phone number and e‐mail, a description of the work performed, and the date of performance). The past performance must be work related to the type of work in the SOW and at least one of the references must support the experience requirement in #2 above. And D) DUNS number, confirmation of SAM registration, and completed AGAR 452.209 - 70 provision (See Provision Below). Quoters are responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Missing, incomplete, or ambiguous information could result in a rating of "unacceptable." 17. USDA IS AN AGENCY OF THE FEDERAL GOVERNMENT, TAX-EXEMPT. FEDERAL TAX. I.D. NO. 41-0696271. 18. Any Amendments issued will be posted to this site and must be submitted and acknowledged with your quote. Watch this site for any updates. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations. (DEVIATION 2015-01) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that - (1) has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government; or (2) was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless a Federal agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ], is not [ ] (check one) a corporation that has any unpaid Federal liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ], is not [ ] (check one) a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-16-0042/listing.html)
 
Place of Performance
Address: Delivery to: USDA APHIS SPRS Logistics Center, 3500 E 149th St, Suite 300, kansas City, Missouri, 64147, United States
Zip Code: 64147
 
Record
SN03980462-W 20160101/151230234303-fe5c887423b3324607d6152a9433af04 (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.