Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
MODIFICATION

88 -- RESEARCH CATTLE - Amendment 2

Notice Date
9/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
424520 — Livestock Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
AG-3K06-S-11-0029
 
Point of Contact
Mr. Brandon Levin, Phone: (301) 504-1732, Ms. Melissa Lera, Phone: (215) 233-6650
 
E-Mail Address
brandon.levin@ars.usda.gov, melissa.lera@ars.usda.gov
(brandon.levin@ars.usda.gov, melissa.lera@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 02- SF30 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; proposals are being requested and a written solicitation will not be issued. I. Solicitation number AG-3K06-S-11-0029 is issued as a request for proposal (RFP). II. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. III. This is a total small business set-aside and the associated NAICS code is 424520 and the small business size standard is 100 employees. IV. Description of Requirement: The USDA, ARS, Plum Island Animal Disease Center (PIADC) in Orient Point, NY, conducts research on vaccine development for foot-and-mouth disease (FMD) and other exotic diseases of livestock that are not present in the United States. This will be a Commercial Item Supply Contract (CI) in accordance with FAR Part 12. The Contractor shall be fully responsible for providing the animals, transportation, customer service, quality control and all other services related to this type of supply. The Contractor will determine the transportation method. The Contractor shall be responsible to use best industry practices (methods, transportation and animal safety regulations) to maintain the contract quality requirements. The purpose of the procurement is to provide an efficient and cost effective centralized purchasing mechanism that can maintain uninterrupted support of the research animal needs at PIADC. The FADRU unit requires approximately 275 cattle over a period of 5 years for conducting research on specific approved Protocols. These protocol's maintain compliance with various federal, state, local laws and USDA regulations affecting the use of laboratory animals, assuring the authorized placement of individual animal orders, provide monitoring and oversight of the genetic quality and health status of the research animals introduced into the PIADC facility. (See "Attachment I- Specifications" for details of the requirement). V. Contract line items: 1. The contractor shall provide the USDA, ARS, Plum Island Animal Disease Center (PIADC) in Orient Point, NY live research cattle including medical papers and inoculations in accordance with "Attachment I- Specifications". A firm, fixed-price ID/IQ supply contract will be awarded for a Base Period of one year (1) with four (4) option years not to exceed a five year period is anticipated. The proposed services will be obtained through the issuance of individual, fixed-price delivery orders. 2. Price Schedule & Period of Performance: Base Year (10/01/2011-09/30/2012) Per Head Item No. Description Qty Unit Unit Price Amount 001 400-500lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ ________ 002 501-600lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _________ 003 601-800lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _________ 004 Transportation Per Shipment (as required) _________ TOTAL FOR BASE YEAR $________________ ______________________________________________________________________________ Option Year I (10/01/12-09/30/13) Per Head Item No. Description Qty Unit Unit Price Amount 005 400-500lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 006 501-600lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 007 601-800lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 008 Transportation Per Shipment (as required) _______ TOTAL FOR OPTION YEAR I $________________ ______________________________________________________________________________ Option Year II (10/01/13-09/30/14) Per Head Item No. Description Qty Unit Unit Price Amount 009 400-500lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 010 501-600lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 011 601-800lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 012 Transportation Per Shipment (as required) _______ TOTAL FOR OPTION YEAR II $________________ ______________________________________________________________________________ Option Year III (10/01/14-09/30/15) Per Head Item No. Description Qty Unit Unit Price Amount 013 400-500lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 014 501-600lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 015 601-800lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 016 Transportation Per Shipment (as required) _______ TOTAL FOR OPTION YEAR III $________________ ______________________________________________________________________________ Option Year IV (10/01/15-09/30/16) Per Head Item No. Description Qty Unit Unit Price Amount 013 400-500lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 014 501-600lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 015 601-800lb Cattle include medical papers and inoculations (See Attachment I) 1 ea _________ _______ 016 Transportation Per Shipment (as required) _______ TOTAL FOR OPTION YEAR IV $________________ GRAND TOTAL FOR BASE YEAR AND FOUR OPTIONS $_________________ ______________________________________________________________________________ VI. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition The following are addenda to this provision: ADDENDA TO FAR 52.212-1 Instructions to Offerors - Commercial Items (JUNE 2008) 1. Item (b) Submission of Offers is amended to include the following: a. Please submit a completed copy of the price schedule found in Section V. 2. Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. 3. Please complete the following: (a) Our company [ ] does, [ ] does not accept a Government Visa Credit Card. (b) Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). (c) Our company [ ] does, [ ] does not accept a Government Convenience Check. 4. Please provide Technical and Past Performance Information in accordance with section VII. 5. Please fill-in "Attachment V- Offeror Representations and Certifications". 6. Please fill-in section IX, L(c). VII. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the offer to meet the Government requirement; (ii) Past performance (see FAR 15.304); (iii) Price; Technical and past performance when combined, are more important than price. However, in the event that offers are considered essentially equal in terms of technical competence, price may become the determining factor in contract selection. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDA TO FAR CLAUSE 52.212-2 Evaluation -- Commercial Items (Jan 1999) A. Evaluation factors for award-failure to provide the information relative to each evaluation factor may render your offer non-responsive. Award shall be made based on "best value" to the Government, price and the identified "technical factors" considered. All of the technical factors and past performance when combined are significantly more important than price. However, in the event that offers are considered essentially equal in terms of technical competence, price may become the determining factor in contract selection. 1. TECHNICAL CAPABILITY Technical capability of the offeror shall be based on the following factors: a. The offeror's ability to meet the specifications, including quality. b. Ability to meet Agency's need. c. Documentation of company certification: i. Each Contractor must have either: 1. An Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC). 2. Self-Certification. Self Certification shall include the following: A. Minimum of 5 years experience providing laboratory animals to animal or biomedical research facilities, B. Animal breed raised in a laboratory setting specifically for scientific research. C. Certification of an approved site visit by a government agency veterinarian for assurance of an acceptable source documented. d. Ability to provide delivery time frames. e. Possess a minimum 3 years experience in animal livestock/laboratory production. Contractor shall provide documentation to show this criteria is met. f. Warranty Certification. See Attachment I, "Specifications", H. Warranty, for additional information. g. Travel duration or distance from PIADC. Travel duration shall be a factor in determining a contractor's availability to provide research animals. Travel duration shall be a factor in determining a contractor's availability to provide research animals. Transit time shall be determined by the contractors address using Mapquest. Contractors traveling more than 375 miles will not be considered. See Attachment I, "Specifications", N. Packing and Shipping, for additional information. h. Veterinarian contact information: Contractor must provide contact information for attending veterinarian for means of evaluating the vendor's animal care history. NAME: ________________________________________ COMPANY: ____________________________________ PHONE: _______________________________________ FAX: __________________________________________ EMAIL: ________________________________________ Each offeror is required to furnish information for each item. Documentation is to be furnished to show how the offer is in compliance with the "Attachment I- Specification" and meets/or exceeds Technical Capability. 2. PAST PERFORMANCE Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, the offeror shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past five (5) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Contractor's and Government Project Officers and Contracting Officers. 2. Contract number, type, items purchased, and dollar value. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, email address, and telephone number of the terminating officer. 3. PRICE Price includes all animals; testing; ear tags; inoculations, as required; transportation; and any discount terms offered. Evaluation of Options will also apply in accordance with FAR 52.217-5. VIII. The clause at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Please fill-in "Attachment V- Offeror Representations and Certifications" and provide with offer. IX. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following are addenda to this provision: ADDENDA TO FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JUNE 2010) A. AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance for the base contract is: October 1, 2011 through September 30, 2012. The option year(s) period of performance (if exercised) is: Option I: October 1, 2012 through September 30, 2013 Option II: October 1, 2013 through September 30, 2014 Option III: October 1, 2014 through September 30, 2015 Option IV: October 1, 2015 through September 30, 2016 B. AGAR 452.237-75 RESTRICTIONS AGAINST DISCLOSURE (FEB 1988) (a) The Contractor agrees, in the performance of this contract, to keep all information contained in source documents or other media furnished by the Government in the strictest confidence. The Contractor also agrees not to publish or otherwise divulge such information in whole or in part in any manner or form, or to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the Contractor's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The Contractor agrees to immediately notify in writing, the Contracting Officer, named herein, in the event that the Contractor determines or has reason to suspect a breach of this requirement. (b) The Contractor agrees not to disclose any information concerning the work under this contract to any persons or individual unless prior written approval is obtained from the Contracting Officer. The Contractor agrees to insert the substance of this clause in any consultant agreement or subcontract hereunder. C. FAR 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a fixed priced indefinite delivery/indefinite quantity (ID/IQ) contract resulting from this solicitation. D. FAR 52.216-18 Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 1, 2011 through September 30, 2016. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. E. Placement of Orders/Delivery Order Issuance and Ordering Information The Contractors shall perform work under the contract(s) as specified in the written delivery orders issued by the Contracting Officer. The Delivery Orders (DO) shall be ordered on a fixed unit price basis using the prices awarded in accordance with Section I.A. Only the Contracting Officer can obligate funds or issue delivery orders against this contract. F. FAR 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $15,000; (2) Any order for a combination of items in excess of $25,000; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) Notwithstanding paragraph (b) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. G. AGAR 452.216-73 Minimum and Maximum Contract Amounts (FEB 1988) During the period specified in FAR clause 52.216-18 Ordering (OCT 1995), the Government shall place orders totaling a minimum of $3,000.00, but not in excess of $450,000.00. H. FAR 52.216-22 Indefinite Quantity (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2016. I. AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) (a) The Contracting Officer's Technical Representative (TR) will inspect and accept the services and associated supplies provided under this contract. (b) Acceptance of the animals shall be performed at: USDA, ARS, NAA PLUM ISLAND ANIMAL DISEASE CENTER (PIADC) ORIENT POINT, NY. 11957 (c) Inspection of the animals shall be performed at: USDA, ARS, NAA PLUM ISLAND ANIMAL DISEASE CENTER (PIADC) PLUM ISLAND, NY. 11957 J. AGAR 452.247-70 Delivery Location (FEB 1988) The Contractor shall furnish and deliver (F.O.B. Origin) the animals and documentation to the USDA, ARS, NAA, PIADC, 40550 Rt. 25, Warehouse facility, Orient Point, NY 11957, after the receipt order. Delivery shall be between the hours of 8:00 a.m. to 11:00 a.m., Tuesday thru Thursday, excl. Federal holidays. a. Delivery is required within 7-14 days after each order is placed. b. For inclement weather delays for transportation of Research Animals to Plum Island vendor will be notified within 2-3 days of expected shipment for rescheduling delivery. See "Attachment IV- Marine Weather Codes". K. Invoicing In accordance with FAR 52.212-4(g)(1), FAR 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003), the Contractor shall submit an electronic invoice to the Delivery Order Contract Administrator. Invoices shall contain at a minimum, the following information: (a) Name of business concern, invoice number and date (b) Contract number and Deliver Order number (c) The item no., description, quantity, unit, per head unit price, amount per line item, transportation (if applicable), and total of the order. (d) Names, title, phone number, complete mailing address, and signature of official authorized to submit invoice. (e) Tax ID Number (TIN) (f) Vendor Express Number (g) Vendor Identification Number (VID) L. Contract Administration The Contracting Officer is the only person authorized to approve any changes in the scope of work of this contract. The authority remains solely with the Contracting Officer. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made WITHOUT authority and NO adjustment will be made in the contract price to cover any INCREASE incurred as a result thereof. (a) Contracting Officer: Name: Brandon Levin Address: USDA/ARS/AFM/APD/AB, 5 5601 Sunnyside Ave. - MS 5116, Beltsville, MD 20705-5116 Email: brandon.levin@ars.usda.gov Phone: (301) 504-1732 Fax: (301) 504-1717 (b) Contract Administrator: Name: Melissa Lera Address: USDA/ARS/NAA Contracting Office 600 East Mermaid Lane Wyndmoor, PA 19038 Email: melissa.lera@ars.usda.gov Phone: (215) 233-6650 Fax: (215) 836-6919 (c) Delivery Order Contract Administrator: Name: Claire Anderson Address: USDA/ARS/PIADC/Purchasing Agent 40550 Route 25 Orient Point, NY 11957 Email: claire.anderson@ars.usda.gov Phone: (631) 323-3331 Fax: (631) 323-3006 (c) Contractor Point of Contact: Name: Address: Email: Phone: Fax: M. FAR 52.217-8 Option to Extend Services (NOV 1999) The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. N. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. O. Additional Provisions and Clauses The following FAR provisions and clauses apply to this solicitation: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEPT 2007), FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010), FAR 52.204-7 Central Contractor Registration (APR 2008), FAR 52.216-27 Single or Multiple Award (OCT 1995), FAR 52.227-14 Rights in Data - General (DEC 2007), FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984), FAR 52.239-1 Privacy or Security Safeguards (AUG 1996), FAR 52.244-6 Subcontracts for Commercial Items (DEC 2010), FAR 52.247-34 F.O.B. Destination (NOV 1991). X. Additional Documents, Exhibits, Attachments: Attachment I, "Specifications" Attachment II, "Safety & Security Information" Attachment III, "Animal Delivery Notification" Attachment IV, "Marine Weather Codes" Attachment V, "Offeror Representations and Certifications" Attachment VI, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" XI. Offer Submission and Due Date Offers are due by 1:00pm E.D.T., Friday, September 23, 2011 and shall be delivered by: Email to melissa.lera@ars.usda.gov, Postal service or Express service to: USDA/ARS/NAA Contracting Office, ATTN: Melissa Lera 600 East Mermaid Lane Wyndmoor, PA 19038
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/AG-3K06-S-11-0029/listing.html)
 
Place of Performance
Address: USDA, ARS, NAA, PLUM ISLAND ANIMAL DISEASE CENTER (PIADC), Orient Point, New York, 11957, United States
Zip Code: 11957
 
Record
SN02587984-W 20110924/110922235125-be9092f338306f25f6d0951178d85936 (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.