Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2025 SAM #8544
SOLICITATION NOTICE

88 -- Holstein Cattle

Notice Date
4/16/2025 1:56:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112111 — Beef Cattle Ranching and Farming
 
Contracting Office
MRPBS MINNEAPOLIS MN MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
12639525Q0089
 
Response Due
4/25/2025 9:00:00 AM
 
Archive Date
05/10/2025
 
Point of Contact
Jason L Wilking, Phone: 6123363210
 
E-Mail Address
Jason.L.Wilking@usda.gov
(Jason.L.Wilking@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12 and Part 13 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 purchase order. 2. The solicitation number for this effort is 12639525Q0089 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 3. 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/ 4. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Small Business Set-Aside. The NAICS code is 112111. The small business size standard is $2.5 million. 5. This requirement is for the United States Department of Agriculture (USDA). 6. REQUIREMENTS AND QUANTITIES: USDA is seeking 17 head of live Holstein cattle per attached SOW, requirements, terms and conditions 7. Delivery will be FOB Destination on May 13, 2025. Delivery must be between the hours of 06:00 a.m. to 11:00 a.m., Tuesday through Thursday, excluding Federal holidays. Orient Point facility access is through the east gate which is guarded by security. The Contractor must unload animals via a supplied wooden animal stockade ramp into the back of a government provided animal transport trailer. The address is: USDA ARS NAA PIADC 40550 Rt. 25 Warehouse facility Orient Point, NY 11957 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price, past performance and technical factors considered. See attached RFQ for additional information. 10. 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 www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items and 52.204-17 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. See attached RFQ for marked clauses. 13. To be awarded this contract, the offeror must be registered in the SAM.gov. SAM.gov information may be found at http://www.beta.SAM.gov. 14. Quotations are due by 11:00 AM Cen, April 25 2025 Quotes may be sent via e-mail to Jason.l.wilking@usda.gov. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: a. A complete delivered price. b. Contractor should provide technical capability information for evaluation. c. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or if not completed in beta.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee6d458f3fcb479cbd6b53b0c31f463d/view)
 
Record
SN07411636-F 20250418/250416230054 (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.