SOLICITATION NOTICE
65 -- Dectomax (Doramectin) 500ml Injectable - Package #1
- Notice Date
- 8/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-15-0176
- Point of Contact
- Corinne Nygren, Phone: 6123363235
- E-Mail Address
-
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment Two- Solicitation Provisions & Contract Clauses Attachment One - Brand Name Justification & Approval (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in the issuance of a firm fixed price indefinite delivery indefinite quantity commercial supply contract. (iv) Because the vendors selling this product are either distributors or the manufacturer of this product or like products, in accordance with FAR 19.102 and 13 CFR 121.406, this combined synopsis/solicitation is being issued as a full and open competition. There is not a nonmanufacturer class waiver for this type of product. The NAICS Code is 325414 with a size standard of 500 employees. (v) This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health and Inspection Service (APHIS) Veterinary Services (VS) program. (vi) The objective of this procurement is to obtain Dectomax (Doramectin) 500ml Injectable solution for the treatment of cattle tick fever in Texas. (vii) REQUIREMENT: This is a brand name request. See Attachment One entitled 'Attachment One - Justification and Approval' for this brand name request. (viii) The contractor shall provide a firm fixed price for the below line items to establish a two year contract with the following estimated period of performance. Line item 001 - Base period, September 10, 2015 - August 31, 2016 - Dectomax (Doramectin) 500 ML Injectable, estimated quantity of 375 - 420 bottles; 002 - Option Year One - September 10, 2016 - August 31, 2017 - Dectomax (Doramectin) 500 ML Injectable, estimated quantity of 375 - 420 bottles. The contractor should provide a price per bottle. The selected contractor must be able to provide the entire quantity of Dectomax requested each year. (ix) Shipping is FOB destination; therefore, shipping of the items must be included in the price for the line items as well as all overheard and material costs to deliver the items to the USDA, APHIS facilities listed below. (x) Deliverables and acceptance of the deliverables for the items will be at the following locations: USDA/APHIS/VS, 8000 US Hwy 281, Brownsville, TX 78520 and USDA/APHIS/VS, 7209 E. Saunders Street, Laredo, TX 78041. Delivery orders will provide specific instructions on quantities to be provided at each location. (xi) SPECIFICATIONS: Dectomax (Doramectin) 500ml injectable solution is a ready-to-use, colorless to pale yellow, sterile solution containing 1% w/v doramectin (10 mg/mL), manufactured by Zoetis. (xii) See Attachment Two entitled 'Attachment Two- Solicitation Provisions & Contract Clauses' for the Solicitation Provisions and Contract Clauses applicable to this contract. (xiii) EVALUATION OF QUOTES: The Government will award a contract in accordance with FAR part 13.106-1 and 13.106-2 resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible contractor whose quote conforming to this combined synopsis/solicitation will be most advantageous to the Government. Award will be made to the lowest priced technically acceptable quote which conforms to the specifications listed in this Request for Quote/solicitation. (xiv) Quotations are due to the Minneapolis Contracting Office by 2:00 PM Central Time, Wednesday, September 2, 2015. Please reference the solicitation number on your documents. Quotes shall be submitted via email to the assigned Contracting Officer Corinne Nygren at Corinne.m.nygren@aphis.usda.gov,. Ms. Nygren can be reached by phone at (612) 336-3235. (xv) Quotes should be of sufficient detail to determine their adequacy. If a contractor's quote does not contain all of the items listed below, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the contractor's quote, thereby making the contractor ineligible for award. As a minimum, contractors must submit the following to the Contracting Officer to be considered responsive and have a complete quote: 1) Price Quote - a price for line items 001 - 002. This page should also include the vendors full name, address and DUNS#. 2) Information on the product you are supplying under this contract in order to verify it meets the technical specifications. See Section (xi) above entitled SPECIFICATIONS. 3) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. The Online Reps and Certs Representations and Certifications can be completed at www.SAM.gov, or a hard copy of the provision may be attained from https://www.acquisition.gov/far/. (See Attachment Two) 4) A completed copy of the provision 452.209 -70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (See Attachment Two)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-15-0176/listing.html)
- Place of Performance
- Address: 8000 US Hwy 281, As stated in the solicitation, product is also shipped to Laredo, Texas., Brownsville, Texas, 78520, United States
- Zip Code: 78520
- Zip Code: 78520
- Record
- SN03852554-W 20150826/150824235554-43bc95059e7c92fbac7d144bf1851e89 (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 |