Federal Bid

Last Updated on 14 Jun 2013 at 9 AM
Combined Synopsis/Solicitation
Dayton Ohio

Female Elk

Solicitation ID AG-6125-S-13-0025
Posted Date 14 May 2013 at 1 PM
Archive Date 14 Jun 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Dayton Ohio United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation No. AG-6125-S-13-0025 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective April 1, 2013. The NAICS code applicable to this acquisition is 112990. For a company to qualify as a small business, they must not exceed the $750,000 annual revenue size standard.

The USDA, ARS, National Animal Disease Center (NADC) has a requirement for a contractor to provide twenty-four (24) female elk meeting the following requirements:

-Female
-6 to 12 months old
-Originate from a herd currently enrolled in and that has completed at least 3 years in a certified CWD program
-Health Certificate issued by an accredited veterinarian in the originating state
-Pre-Entry Permit Number issued by Iowa's State Veterinarian
-Each animal have official individual identification listed on CVI
-Animals 12 months old tested for Tuberculosis (TB) within 90 days of importation or from a TB Accredited herd
-Animals 6 months of age or older tested for Brucellosis within 90 days of importation or from a Brucellosis Certified herd
-CVI stating: "All animals on this certificate originate from a CWD monitored or certified herd in which these animals have been kept for at least one year or were natural additions. There has been no diagnosis, sign, or epidemiological evidence of CWD in this herd for the past five years."
-No vision limitations, lameness, or leg deformities
-Good disposition
-All animals from the same herd
-Must deliver to the NADC in Ames, IA.

Any resulting award from this solicitation will be a Firm, Fixed-Price contract.

DESCRIPTIVE LITERATURE: Offerors shall submit descriptive literature (with pictures) describing their proposed product with enough detail to ascertain whether the product meets the criteria listed above. Quotes addressing how each requirement is met are preferred. Quotes for products not specifying the listed requirements must display the products' equivalency.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award offerors shall provide 1) a Quote on company or formal letterhead, complete with DUNS number, detailing the item description, unit price per item, and total price; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the products proposed and if possible include the email address of the reference person to be contacted; 3) a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision is attached in the Commercial Clauses file. If completed in SAM, include copy of Active SAM record; and 4) a completed copy of AGAR 452.209 - 70, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (pages 6 and 7 in the attached Commercial Clauses file).

REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.

NOTE: Guidance in this solicitation for actions within CCR and ORCA are now conducted through the Single Award Management system found at www.sam.gov. Vendors MUST have a record showing "Active" to be considered for award.



52.207-4 Economic Purchase Quantity-Supplies. (AUG 1987)

(a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government.
________________________________________________
________________________________________________
________________________________________________
________________________________________________

(b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend
an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well.

OFFEROR RECOMENDATIONS
Item          Quantity            Price Quotation            Total
_____      ________      _______________      _______
_____      ________      _______________      _______
_____      ________      _______________      _______
 
(c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired.

(End of provision)

52.212-2 Evaluation-Commercial Items. (JAN 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming
to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

1. Technical characteristics of items to meet specifications outlined in this posting's attachment.
2. Demonstrated ability to deliver within thirty (30) from award.
3. Past performance as stated by references.
4. Best overall value to the Government.

Technical and past performance, when combined, are approximately equal to cost or price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that
the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer.
In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html.

(End of provision)

52.214-34 Submission of Offers in the English Language. (APR 1991)


Any resultant award to this solicitation will include the following clauses:

52.209-1 Qualification Requirements. (FEB 1995)

(a) Definition. "Qualification requirement," as used in this clause, means a Government requirement for testing or other quality assurance demonstration that must be completed before award.

(b) One or more qualification requirements apply to the supplies or services covered by this contract. For those supplies or services requiring qualification, whether the covered product or service is an end item under this contract or simply a component of an end item, the product, manufacturer, or source must have demonstrated that it meets the standards prescribed for qualification before award of this contract. The product, manufacturer, or source must be qualified at the time of award whether or not the name of the product, manufacturer, or source is actually included on a qualified products list, qualified manufacturers list, or qualified bidders list. Offerors should contact the agency activity designated below to obtain all requirements that they or their products or services, or their subcontractors or their products or services, must satisfy to become qualified and to arrange for an opportunity to demonstrate their abilities to meet the standards specified for
qualification.

(Name) _Denise Chapman__
(Address) _USDA-ARS-NADC, 1920 Dayton Avenue, Ames, IA 50010_515-337-7227_

(c) If an offeror, manufacturer, source, product or service covered by a qualification requirement has already met the standards specified, the relevant information noted below should be provided.

Offeror's Name _____________________________________
Manufacturer's Name______ __________________________
Source's Name _____________________________________
Item Name ________________________________________
Service Identification ________________________________
Test Number _______________________________________
(to the extent known)

(d) Even though a product or service subject to a qualification requirement is not itself an end item under this contract,
the product, manufacturer, or source must nevertheless be qualified at the time of award of this contract. This is necessary
whether the Contractor or a subcontractor will ultimately provide the product or service in question. If, after award, the Contracting Officer discovers that an applicable qualification requirement was not in fact met at the time of award, the Contracting Officer may either terminate this contract for default or allow performance to continue if adequate consideration is offered and the action is determined to be otherwise in the Government's best interests.

(e) If an offeror, manufacturer, source, product or service has met the qualification requirement but is not yet on a qualified products list, qualified manufacturers list, or qualified bidders list, the offeror must submit evidence of qualification prior to award of this contract. Unless determined to be in the Government's interest, award of this contract shall not be delayed to permit an offeror to submit evidence of qualification.

(f) Any change in location or ownership of the plant where a previously qualified product or service was manufactured or performed requires reevaluation of the qualification. Similarly, any change in location or ownership of a previously qualified manufacturer or source requires reevaluation of the qualification. The reevaluation must be accomplished before the date of award.

(End of clause)

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): http://www.acquisition.gov/comp/far/index.html.

(End of clause)

52.204-7 Central Contractor Registration. (AUG 2012)
52.204-9 Personal Identity Verification of Contractor Personnel. (JAN 2011)
52.211-5 Material Requirements. (AUG 2000)
52.232-1 Payments. (APR 1984)
52.232-8 Discounts for Prompt Payment. (FEB 2002)
52.232-11 Extras. (APR 1984)
52.232-18 Availability of Funds. (APR 1984)
52.233-1 Disputes. (JULY 2002) Alternate I (DEC 1991)
52.233-3 Protest after Award. (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004)
52.242-17 Government Delay of Work. (APR 1984)
52.243-1 Changes-Fixed-Price. (AUG 1987)
52.246-1 Contractor Inspection Requirements. (APR 1984)
52.247-34 F.o.b. Destination. (NOV 1991)
52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). (APR 1984)

DELIVERY: FOB Destination.
DELIVERY TO: USDA-ARS-NADC, 1920 Dayton Avenue, Ames, IA 50010.

Offers must state how soon after award delivery can take place, and if payment by credit card is accepted.

Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Matthew Treska, Purchasing Agent, USDA-ARS-NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than 8:00am Central Time, June 13th, 2013. Quotes and other requested documents may be provided by email: [email protected] or facsimile to (515) 337-7243 if desired. Additional information may be obtained by contacting the Purchasing Agent at [email protected]. No agreements, contractual obligations, or official information relating to this solicitation will be offered by phone.
Bid Protests Not Available

Similar Past Bids

Ames Iowa 30 Jan 2020 at 7 PM
Ames Iowa 11 Feb 2020 at 3 PM
Dayton Ohio 01 Aug 2017 at 4 PM
Dayton Ohio 16 Feb 2018 at 8 PM
Roseburg Oregon 17 Dec 2020 at 7 PM

Similar Opportunities

Newport Rhode island 08 Jul 2025 at 3 PM
Tulsa Oklahoma 15 Jul 2025 at 7 PM
Tulsa Oklahoma 15 Jul 2025 at 7 PM
Tulsa Oklahoma 15 Jul 2025 at 7 PM