Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2017 FBO #5781
SOLICITATION NOTICE

37 -- SWINE & SHEEP PANELS, GATES, AND CHUTES - 1449 WITH SOW

Notice Date
9/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment 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-17-0189
 
Archive Date
10/7/2017
 
Point of Contact
Jeremy A Pouliot, Phone: 6123363204
 
E-Mail Address
jeremy.pouliot@aphis.usda.gov
(jeremy.pouliot@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PICS OF TRAILERS, ALLEY GATES, AND WORKING CHUTE W/TRAILER. 1449 WITH STATEMENT OF WORK (i) This is a Brand-Name or Equal combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, under the limitation authority of FAR 13.103(b), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number AG-6395-S-17-0189 is issued as a request for quotation (RFQ). (iii) 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/ or at https://www.acquisition.gov/. (iv) Simplified acquisition procedures will be used for this acquisition per FAR Part 13. This requirement is being offered as a 100% Small Business set aside. The NAICS code is 333111. The small business size standard is 1,250 employees. (v) This requirement is the United States Department of Agriculture (USDA), Animal Plant Health Inspection Services (APHIS), Veterinary Services (VS) to purchase the items found in the Statement of Work (SOW) which can be found attached to this FBO posting. If you are unable to open the attachment or have any other difficulties, copies may be requested by emailing the Contracting Officer at jeremy.pouliot@aphis.usda.gov (vii) Delivery shall be made to and arranged with Billy on or before December 31, 2017: USDA APHIS VS SPRS Attn: Billy Graham (615) 210-0617 430 Hogan Road, Jennings Building Nashville, TN 37220 (viii) The provision at 52.212-1 Instructions to Offerors - Commercial (Jan 2017) applies to this solicitation. (ix) Award will be made to the lowest price technically acceptable (LPTA), therefore Provision 52.212-2 Evaluation Commercial Items (Oct 2014) does not apply to this solicitation. (x) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items (Jan 2017) applies to this solicitation. The contractor shall be currently registered in SAM at www.sam.gov and, 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. (xi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) applies to this acquisition. (xii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Jan 2017), applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; ___ (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). ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). ___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ___ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (51) 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). ___ (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) Additional contract requirements, provisions and clauses. Burden of proof that any alternate "equal" panels fully comply with the SOW most notably, the interlocking capabilities of the "equal" items with the existing W&W equipment lies strictly with the quoter. Proof shall be included with the response/quotation packet to be considered responsive. Proof can be in the form of a picture, video, or a clear, concise statement signed by a person of authority representing the entity providing the quote that states, "The items quoted are equal to the W&W brand-name and company ‘xxx' hereby certifies that all panels, gates, and chutes will fully interlock with USDA's existing W&W panels, gates, and chutes." Quotation Packets shall include lead time required and make note if delivery cannot be made on or before December 31, 2017. 52.252-2 Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.farsite.hill.af.mil/ and https://www.acquisition.gov/ (End of clause) 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance. (Jul 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) 452.204-70 Inquiries. (FEB 1988) Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award. (End of provision) (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quotation packets are due no later than September 22, 2017 at 14:00 (2:00pm) central time. Quotation packets, along with specifications and any supporting documentation shall be emailed to Jeremy Pouliot, contracting specialist, at Jeremy.pouliot@aphis.usda.gov. (xvi) If you have questions regarding this solicitation please email or call Jeremy Pouliot at Jeremy.pouliot@aphis.usda.gov or 612.336.3204.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-17-0189/listing.html)
 
Place of Performance
Address: 430 HOGAN ROAD, JENNINGS BUILDING, NASHVILLE, Tennessee, 37220, United States
Zip Code: 37220
 
Record
SN04684824-W 20170921/170919232438-c8e7818345159bc3470147f99aac580d (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.