Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2022 SAM #7561
MODIFICATION

88 -- 16 Heads of Colostrum Deprived Holstein or Holstein/Cross Calves - Sources Sought

Notice Date
8/11/2022 6:28:20 AM
 
Notice Type
Sources Sought
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B22Q0182SS
 
Response Due
8/17/2022 3:00:00 PM
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Businesses, Disadvantaged Small Businesses, SBA-certified 8(a) Program Participants, SBA-certified HUB Zone Businesses, Veteran-Owned Small Businesses (VOSB), Service Disabled Veteran Owned Small Businesses (SDVOSB), Women-Owned Small Businesses, AND/OR Economically Disadvantaged Woman Owned Small Businesses (EDWOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation Announcement, Request for Quote, Request for Proposal, or Request for Bids. It does NOT constitute any commitment by the Government. NO award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will NOT award a contract on the basis of responses OR pay for the preparation of any information submitted. Respondents will NOT be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, Disadvantaged, VOSB, SDVOSB, Women-Owned, EDWOSB, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is112990 (All Other Animal Production) with a Size Standard of $1.0 Million and the PSC Code is 8820. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. The Department of Agriculture (ARS) has the need for the following product(s): 001) 16 Heads of Colostrum Deprived Holstein or Holstein/Cross Calves Scope: The USDA-ARS National Animal Disease Center (NADC) in Ames, IA has a need for 16 heads of colostrum deprived Holstein or Holstein/cross calves. Background: A study is being done to evaluate the efficacy of an experimental vectored live Histophilus somni vaccine in cattle against live Histophilus challenge. Histophilus somni is a respiratory pathogen of cattle in North America, a component of the bovine respiratory disease complex. Vaccine prevention of disease has historically been problematic due to a tendency for whole-cell Histophilus products to elicit hypersensitivity. Here we propose to deliver an experimental mucosal vaccine designed for cattle which is intended to elicit both local and systemic immune responses against a subunit antigen which has previously been shown effective against Histophilus. Technical Requirements: This project requires the purchase of 16 Holstein or Holstein/cross calves. For this project we require the following of the heifers: Must be BVD-negative for antibody and antigen Must be Mycoplasma bovis negative Colostrum Deprived No milk replacer for the first 48 hours after birth (receive electrolytes instead) Housed individually (without physical contact with other calves) Must be dewormed Must be free of ringworm Must be sound of foot and body Must be 6-7 weeks old Must be available for delivery on or near 08/31/2022 Animals must be transported directly to NADC with NO other animals in the trailer. Transport duration from the vendor to NADC must NOT exceed 3 hours. Must have 16 calves currently available with comparable size across the group of the same breed (mixed dairy/beef breed) Certificate of Veterinary Inspection required on all animals. Deliverables / Schedule: Delivery is to be made on or around August 31, 2022 (08/31/2022) to the USDA-ARS NADC located at 1920 Dayton Avenue, Ames, IA 50010. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard Ames, IA and will be identified in the contract. The Government anticipates award of a Firm-Fixed Price contract. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, plus those that can provide technically acceptable products should submit a Capabilities Statement which, for this notice, is NOT a quote, proposal, or bid, but rather short statements regarding the company's ability to demonstrate their expertise and experience in relation to the areas specified in this notice. In addition to the Capabilities Statement, companies should complete the attached Sources Sought Response Form and indicate whether they are a Large Business, Small Business, Disadvantaged Small Business, SBA-certified 8(a) Program Participant, SBA-certified HUB Zone Business, Veteran-Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small Business, AND/OR an Economically Disadvantaged Woman Owned Small Business (EDWOSB). To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A Unique Entity Identifier (UEI) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. Vendor must include their UEI# on their capability statements. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought or qualify as a small business under the listed NAICS code. If a prospective vendor is NOT registered under the specified NAICS code and would qualify to be registered under it then they should update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. Contractors will represent that: It will NOT provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that it does NOT use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. Submitting a Capability Statements: Questions in regards to this Sources Sought must be submitted through email to aaron.dimeo@usda.gov. Telephone inquiries will NOT be accepted. Responses (capability statement AND a sources sought response form) should be submitted via email to aaron.dimeo@usda.gov by Wednesday, August 17, 2022 at 5:00 PM�Central Time (CT). The e-mail subject line MUST include: �16 Heads of Colostrum Deprived Holstein or Holstein/Cross Calves � Sources Sought� and/or �12505B22Q0182SS�. Disclaimer: This notice does NOT obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.�Respondents are also advised that under NO obligation to acknowledge receipt of information or provide feedback about any of the information received.�After review of the responses received, the Government MAY issue a combined synopsis and solicitation. NO proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c8f839b853a744858141baf619c53add/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06422717-F 20220813/220811230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.