SOLICITATION NOTICE
88 -- Pig Procurement - Statement of Work
- Notice Date
- 11/2/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112210
— Hog and Pig Farming
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-17-832266
- Archive Date
- 11/19/2016
- Point of Contact
- Dreux Michael Johnson, Phone: 6122027866
- E-Mail Address
-
dreux.m.johnson@aphis.usda.gov
(dreux.m.johnson@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work AG-6395-S-17-832266/Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared for in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract. United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS) National Veterinary Stockpile (NVS) seeks to purchase approximately 300 pigs in order to test a new depopulation unit. The location for delivery is around St. Joseph, MO. 2. Simplified acquisition procedures will be used for this requirement per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this requirement is 112210 with a size standard of less than $750,000. 3. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), National Veterinary Stockpile (NVS). 4. The solicitation number for this effort is AG-6395-S-17-832266 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 5. 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/. 6. REQUIREMENTS --See attached statement of work for details and requirements. 7. The livestock shall be delivered FOB Destination, price must include shipping and delivery. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and technical capability. To be considered for award, interested vendors shall submit: 1) Completed Pricing schedule (price must include all costs necessary to perform according to SOW) 2) DUNS number, and confirmation of SAM registration. 10. The provision 52.212-3 Offeror Representations and Certifications -Commercial Items applies to this solicitation. The contractor shall 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. SAM registration is required. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items 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; _X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X_ (45) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _X_ (48) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (54) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. Additional clauses/provisions included: FAR 52.204-18, 52.232-40, 52.247-34. 14. To be awarded this contract, the offeror must be registered in SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 15. Quotations must be sent via e-mail to Dreux.M.Johnson@aphis.usda.gov by the date and time specified. Late quotes will not be considered. ANY QUESTIONS PERTAINING TO THIS Request for Quotes (RFQ) SHALL BE DIRECTED TO DREUX JOHNSON, (No later than 1 day before quotes are due) BY EMAIL TO dreux.m.johnson@APHIS.USDA.gov. 16. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: A) Completed Pricing schedule (price must include all costs necessary to perform according to the specifications). B) DUNS number, and confirmation of SAM registration. Quoters are responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Missing, incomplete, or ambiguous information may result in a rating of "unacceptable." 17. USDA IS AN AGENCY OF THE FEDERAL GOVERNMENT, TAX-EXEMPT. FEDERAL TAX. I.D. NO. 41-0696271.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-17-832266/listing.html)
- Place of Performance
- Address: St. Joseph, Missouri, United States
- Record
- SN04318719-W 20161104/161102234535-5cad5b9ad1f1652eeccc7ec2090728f3 (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 |