Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2002 FBO #0270
SOLICITATION NOTICE

37 -- Livestock Transport Trailer

Notice Date
8/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area Office, 7607 Eastmark Drive, Suite 230, College Station, TX, 77840
 
ZIP Code
77840
 
Solicitation Number
R39-7MN1-02
 
Response Due
9/17/2002
 
Point of Contact
Lucinda Cose, Contract Specialist, Phone (979) 260-9447, Fax (979) 260-9413,
 
E-Mail Address
ccose@spa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is R39-7MN1-02 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside; The NAICS is 336212, business size 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 01-08. The USDA, Agricultural Research Service, Livestock Issues Research Unit, requests the procurement of one Livestock Transport Trailer. Objectives of Research: Livestock travel to terminal processing facilities in commercial trailers for various lengths of time. Some evidence suggests that this loading, handling and movement of livestock is stressful. The objectives of this research are to determine behavioral and physiological levels of stress in animals transported in a commercial trailer as well as determine changes in quantity of zoonotic pathogens of importance in food safety. Approach: To quantify the health, well-being and level of zoonotic pathogens of livestock during long-distance transport using a commercial trailer, a multidisciplinary design will collect data on stress parameters (cortisol, white blood cell numbers, immune indices and endocrine measures), numbers and severity of injuries, behavior and pathogen shedding. Blood samples will be collected prior to loading and immediately after unloading. Fecal samples and hide swipes will also be collected before loading and after unloading. Behavior will be continuously monitored during transport by video cameras and microphones mounted within the trailer. Accelerations of the trailer will be recorded on the video tapes to correlate truck acceleration with animal behavior. To date, most livestock transportation research has either been carried out using small trailers or if commercial trailers are used, behavior data is not collected. We seek to understand the behavior and physiology of livestock transported under commercial conditions. In order to accomplish this we must have a commercial transport trailer that can be retrofitted with additional research equipment. Specifications for the trailer are: 1)Fifty three foot aluminum straight-deck slat-side livestock trailer 2)102 inch wide, 13 feet 6 inch height 3)Ground loading ramp with side chutes 4)Aluminum tread plate flooring 5)Five 12V interior lights, lights near back tires for turning 6)Adjustable outside spotlight above loading chute 7)Winter kit with slats and storage box 8)Air ride suspension with gauge 9)Removable top deck, aluminum 2 ? inch planking mounted at middle height point of the trailer, with fold to wall ramp 10)5 split, (upper - lower) removable compartment gates with no gap present when joined. Upright posts should be able to accept the mounting hardware for the gates. 11)4 side open doors, two on each side - all staggered from each other 12)Heavy duty, low profile tires mounted on steel rims 13)Hub-o-meter installed on wheel 14)39 inch roll up door within the back door, fully open cargo back door, back door swings completely open using side hinges 15)King pin 36 inch setting, front drop 6 inch 16)Drop leg landing gear 17)Spare tire carrier 18)Under trailer storage box, access doors on both sides of the trailer - 2 doors per box. One 29" X 29" X 102" internal measurement box hinged at the top, rubber sealed (rear box). Hinges should not block access - i.e. a 29" X 29" X 48" block will pass through the box. Specify warranty type and duration. The contractor shall perform all delivery & set-up so that the Livestock Tranport Trailer is complete and ready to use. The Livestock Transport Trailer shall be delivered to the USDA, Agricultural Research Service, FM Road 1294, Lubbock, Texas, 79403. The Government REQUIRES delivery no later than 60 days after receipt of order, however, each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; descriptive literature, brochures, and five references for the proposed equipment. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. 52.252-2 CLAUSES INCORPORATED BY REFERENCE; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses from (a) 52.222-3, Convict Labor; 52.233, Protest after award, and (b) FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-34,Payment by Electronic Funds Transfer - Other than Central Contractor Registration; applicable to this acquisition: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price (based on F.O.B. Destination), where technical and past performance are more important than price. Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Cindy Cose, Contracting Officer, USDA, ARS, SPA, 7607 Eastmark Drive, Suite 230, College Station, Texas, 77840, no later than 2:00p.m., September 17, 2002. Quotations my be provided by facsimile to (979) 260-9413 if desired. Additional information may be obtained by contacting the contracting officer at (979) 260-9447 (voice) or email below.
 
Place of Performance
Address: USDA Agricultural Research Service, FM Road 1294, Lubbock, TX,
Zip Code: 79403
Country: US
 
Record
SN00150818-W 20020829/020827213208 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.