Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
SPECIAL NOTICE

88 -- 30 Hereford Heifers

Notice Date
7/16/2012
 
Notice Type
Special Notice
 
NAICS
112130 — Dual-Purpose Cattle Ranching and Farming
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, USDA APHIS, 1920 DAYTON AVE, AMES, Iowa, 50010, United States
 
ZIP Code
50010
 
Solicitation Number
AG-6197-S-12-SB13
 
Archive Date
8/10/2012
 
Point of Contact
Stacie L. Black, Phone: 5153377243
 
E-Mail Address
stacie.black@ars.usda.gov
(stacie.black@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Intent. The Agriculture Research Service (ARS) of the United States Department of Agriculture intends to issue an award to Reynolds Livestock LLC, Dodgeville, WI 53533-8643. This is a sole source procurement pursuant to the authority of FAR 6.302-1. The anticipated award date is on or around July 31, 2012. Market research revealed that only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement of the National Animal Disease Center (NADC), USDA at Ames, IA for 30 Hereford heifers 3-4 months of age, healthy and free of lameness, respiratory or gastrointestinal disease or any other physical abnormalities. They should be weaned and adjusted to a calf-ration. In addition, the immunization history of the dam will be known, and if possible the animal should not have received any vaccinations for leptospira. A serum sample will be obtained from each calf for in order to test for the presence of anti-leptospiral antibodies. The heifers are only available through Reynolds Livestock. No telephone inquiries will be accepted. Interested parties should submit written (mail or e-mail) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Reynolds Livestock without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act of 1994, Simplified Acquisition Procedures. The NAICS code for this action is 112130. ARS requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). No award can be made unless the contractor is registered in CCR. For additional information and to register in CCR, please access the following website: http://www.ccr.gov SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as a Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S. C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION: 1. Agency and Contracting Activity (FAR 6.303-2(b)(1)). a. USDA, AGRICULTURAL RESEARCH SERVICE, NATIONAL ANIMAL DISEASE CENTER, Ames, IA location. 2. Nature/Description of Action(s) (FAR 6.303-2(b)(2)). a. This contracting action is to obtain 30 Hereford Heifers for research purposes. 3. Description of Supplies/Services (FAR 6.303-2(b)(3)). a. 30 Hereford heifers 3-4 months of age, healthy and free of lameness, respiratory or gastrointestinal disease or any other physical abnormalities. They should be weaned and adjusted to a calf-ration. In addition, the immunization history of the dam will be known, and if possible the animal should not have received any vaccinations for leptospira. A serum sample will be obtained from each calf for in order to test for the presence of anti-leptospiral antibodies. Estimated value in excess of $25,000.00. 4. Identification of Statutory Authority (FAR 6.303-2(b)(4)). a. 10 U.S.C. 2304(c)(1), FAR Subpart 6.302-1. The supplies or services required by the agency are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(b)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. (2) The named vendor fulfills NADC's requirements to date. Calves are required for use in a planned research project evaluating host response to several vaccine products over time vaccine as well as efficacy against challenge requiring prolonged housing in containment. 6. Federal Business Opportunities FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(b)(6). a. A Federal Business Opportunities Synopsis is published in an attempt to identify other possible vendors of the required consumable. b. USDA/ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(b)(7). a. A Fair and Reasonable determination has been made based on past purchases of similar heifers. 8. Description of Market Research (FAR 6.303-2(b)(8). a. USDA/ARS is consistently surveying the market, and from this experience knows that the consumable is only available from the vendor identified. Multiple responsible vendors were contacted, but could not meet NADC requirements. 9. Any Other Supporting Facts (FAR 6.303-2(b)(9). a. Due to the nature of the consumable needed to perform the research, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(b)(10). a. No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303-2(b)(11). a. Active vendor searches and surveys are completed in order to identify other potential sources. 12. Technical Requirements and Certifications; (FAR 6.303-1(a) and FAR 6.303-2(b) a. I certify that the facts and representations under my cognizance which are included in this justification and which from a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(a), 6.303-2(b)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. Name: Stacie L. Black Title: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1370e5c4fbddffceaa6ea3979dfd98be)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02804024-W 20120718/120716235112-1370e5c4fbddffceaa6ea3979dfd98be (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.