Federal Bid

Last Updated on 31 Oct 2006 at 5 AM
Combined Synopsis/Solicitation
Dayton Iowa

88 -- HAMSTERS

Solicitation ID FBO-B-Lab33452
Posted Date 03 Oct 2006 at 4 AM
Archive Date 31 Oct 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Veterinary Services
Agency Department Of Agriculture
Location Dayton Iowa United states 50010
The USDA, Animal and Plant Health Inspection Service (APHIS), National Veterinary Science Lab (NVSL), Ames, Iowa, has a requirement for 2288 Golden Syrian Hamsters, 40-50 grams for weekly deliveries from November 1, 2006 through September 30, 2007. Deliveries are 44 per week. All deliverables are F.O.B. Ames, Iowa. Only dealers licensed by the USDA are authorized to submit bids. The hamsters must be supceptable to lepto and virus free. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses which are in currently effect through Federal Acquisition Circular. The provision at 52.212-1 Instruction of Offerors ? Commercial applies to this solicitation. 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 Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price and past performance. Past performances a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm?s record of conforming to specifications and to standards of good workmanship/customer service, and adherence to contract schedules, terms and conditions. The provision 52.212-3 Offeror Representations and Certifications ? Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The online Reps and Certs. application representations and certifications application (ORCA) can be found at http://www.bnp.gov or a hard copy of the provisions may be attained form http://www.arnet.gov/far. Applicable FAR clauses are incorporated by reference: 52.211-6 Brand Name or equal. The clause 52.212-4 contract terms and conditions Commercial items applies to this acquisition. 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; 52.203-6 Restrictions on subcontractor sales to the Government; 52.222-3 convict labor; 52.222-19 child labor ? cooperation with authorities and remedies; 52.222-26 equal opportunity; 52.222-21 prohibition of segregated facilities; 52.222-22 previous contracts and compliance reports; 52.222-35 equal opportunity for special disabled veterans of the Vietnam Era, and other eligible veterans; 52.222-25 affirmative action compliance; 52.222-36 affirmative action for workers with disabilities; 52.222.35 employment reports on special disabled veterans, veterans of the Vietnam era, and other Eligible veterans; 52.225-1 Buy American Act; 52-225-2 Buy American certificate; 52.225-13 restrictions on certain foreign purchases; 52.232-33 payment by electron funds transfer central contractor registration (CCR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Quotations are due to the United States Department of Agriculture, National Veterinary Services Laboratories, and 1800 Dayton Ave, Ames, IA 50010 by the date listed on this solicitation. Faxed quotes are acceptable. Contact is Sarah Schauf. Ms. Schauf may reach at Sarah.C.Schauf @aphis.usda.gov, (515)663-7839 or by fax at (515)663-7247. Complete quote will consist of the following: 1. Price. 2. Signature of the offeror on the page that lists the price 3. 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. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby make an offeror ineligible for award. Point of Contact Sarah Schauf, Lead Purchasing Agent, Phone (515)663-7839, Fax (515)663-7247, Email Sarah.C.Schauf @aphis.usda.gov Place of Contract Performance USDA, APHIS, NVSL, 1800 Dayton Ave, Ames, IA 50010 USA SPECIFICATIONS: SPECIFICATIONS: Each Golden Syrian hamster will be female, weighing from 40-50 grams. All hamsters will be healthy, as determined by a Government representative, upon arrival and through a seven (7) day quarantine period. All hamsters to be supplied to NVSL will be reared in cages with individual filter covers and will be shipped in new, filtered, disposable, non returnable containers. Hamsters must be: 1) antibody-free of LCM and PVM viruses, Campylobacter cpp, Pastueurella Pnemotropica, Salmonella Spp, 2) Ectoparasites, 3) Endoparasites, and 4) Sendal virus infection as determined by sentinel mice antibody testing. Quality control data must be submitted to the NVSL quarterly for verification of health status of colonies used for this contract. Hamsters must be susceptible to Lepto as shown by testing at NVSL and must remain healthy throughout the testing period. The hamsters will have a placid temperament, be clinically healthy and the colony must be serologically free from Sendal virus. All quality control data must submitted to the National Veterinary Services Laboratory (NVSL) for verification of the health status on all colonies used to fill this contract. The use of antibiotics, growth stimulants, or other drugs by the vendor will be cause for default. The rearing facilities must comply with the Animal Welfare Act (Public Law 91-579) and to its amendments. Documents, verifying compliance, will be furnished to the Contracting Officers Representative (COR), at the time of submission of the offer. Hamsters provided by suppliers must be currently tested and certified by NVSL, at time of solicitation preparation. Suppliers wishing inclusion in future solicitations need to schedule testing of hamsters with the COR. CONTAINERS: Hamsters supplied to NVSL will be shipped in new, filtered, disposable containers and must have the identifying requisition and delivery order number clearly displayed on the shipping container. The identifying requisition and delivery order number will be provided by the COR. FACILITIES INSPECTION: The Government will have the right to inspect the Contractor?s facilities before and during the contract period to insure that the specifications of the contract can and are being met. The Contractor will report the presence of any communicable or non communicable disease and/or parasitism of the animals in the rearing facilities. The Government reserves the option to discontinue the purchase of hamsters from the Contractor until facilities are free from the disease and/or parasitism and has been certified as such by the Government. STATUS REPORTS The Contractor will provide the Contracting Officer a status report quarterly. The report will be provided within 20 calendar days after the close of each quarter. The report is to show quantities ordered and shipped during the quarter.
Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania 27 Jan 2021 at 10 AM
Institute West virginia 07 Nov 2013 at 10 PM
Location Unknown 13 Jun 2014 at 8 PM
Frederick Pennsylvania 21 Apr 2010 at 1 PM
Rocky Oklahoma 18 Mar 2011 at 10 PM

Similar Opportunities

Location Unknown 25 Jul 2025 at 4 AM (estimated)
Location Unknown 25 Jul 2025 at 4 AM (estimated)
California 15 Jul 2025 at 12 AM