Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2023 SAM #7723
SOURCES SOUGHT

88 -- Bred Sows

Notice Date
1/17/2023 1:49:58 PM
 
Notice Type
Sources Sought
 
NAICS
112210 — Hog and Pig Farming
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B23Q0039
 
Response Due
1/18/2023 2:00:00 PM
 
Archive Date
01/19/2023
 
Point of Contact
Missy Grice, Phone: 9706314559
 
E-Mail Address
melissa.grice@usda.gov
(melissa.grice@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service-Disabled Veteran-Owned Small Business (SDVOSB) 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, or Invitation for Bid. 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 requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA-NADC has a requirement for a contractor to provide: ������������� 10 Bred Sows due to farrow approximately 2 weeks after arriving at the NADC in Ames, IA ������������� Pre-Purchase blood work is required to be sent to USDA in Ames, IA to pre-screen individual sows ������������� Sows must be Sound of foot and body, in good general health ������������� Sows must be influenza virus and antibody negative ������������� Sows must be of high health status, free of PRRSV, PCV2 and PED ������������� Certificate of Veterinary Inspection Required on all animals ������������� Quantity � 10 of similar age and size ������������� Delivery of all animals in 1 shipment to Ames, IA ������������� Delivery of 500lbs of current Lactation feed to accompany animals on delivery to Ames, IA ������������� Animal shall be deliverable onsite at USDA within 5 days of DOA and no later than two weeks prior to anticipated farrowing date. The purpose of this protocol is to alter the immune function of newborn animals to enhance their ability to respond to pathogen exposure (immunomodulation). Immunomodulation is one alternative to antibiotics that stimulates the host�s own immune system to defend against infection with viruses or bacteria. Innate immune training is a proposed method to modulate immune status, growing from the observation that humans who receive the neonatal bacillus Calmette-Guerin (BCG) vaccine have enhanced protection against a variety of bacterial and viral pathogens later in life. There is a need for methods to enhance disease resistance without the use of antibiotics. The NAICS code applicable to this acquisition is 112210 (Hog and Pig Farming), with a Size Standard $1 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 Contractor shall provide all items F.O.B. destination to USDA, 1920 Dayton Avenue, Ames, IA 50010 Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, 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 Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A SAM 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. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to melissa.grice@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. Submitting a Capability Statements: Responses should be submitted via email by Wednesday, January 18, 2023 at 4:00 p.m. (Central Time). Telephone inquiries will not be accepted. Questions should be directed to Melissa Grice at melissa.grice@usda.gov��� 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 pre-solicitation 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/61ecf02714af4ca0882d7340ce27a4eb/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06566071-F 20230119/230117230109 (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.