Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

87 -- Livestock Electronic I.D. Ear Tags

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
041-M-APHIS-03
 
Response Due
9/25/2003
 
Archive Date
10/10/2003
 
Point of Contact
Jason Wilking, Contract Specialist, Phone 612-336-3210, Fax 612-370-2106, - Patricia Harris, Contracting Officer, Phone 612-336-3207, Fax 612-370-2106,
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov, patricia.y.harris@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS) intends to procure electronic ear tags, tag readers and tag applicators. All products provided by contractor will be used in compliance with standards and procedures followed by the organization. The contractor shall provide 300,000 electronic ear tags, 200 tag readers, and 1,000 Tag Applicators. Required specifications for tags, readers, and applicators are listed below. These items will support the efforts of the Chronic Wasting Disease program team to conduct surveillance for Chronic Wasting Disease in captive elk and deer. Availability of warranties, maintenance, and technical is desired. Electronic I.D. Ear Tags- Requirements: "Appropriate for use in elk and deer" Tamper-proof" Single use" "Button tags" "Laser etched" "Readable by naked eye" "Readable by electronic tag reader" "Compliant with American I.D. Standards". Tag Readers- Requirements: "Isocompliant", "Half-duplex", "Reads from a distance of 6 to 18 inches". Tag Applicators: "Appropriate for use in elk and deer" and "Compatible with Ear Tags". Documentation on use and administration of ear tags and readers will be provided to the Government CWD Program Manager at the time of delivery of the products. Materials appropriate for training field employees on application and use of the ear tags and readers will also be provided to the Government CWD Program Manager at the time of delivery of the products. This is a one-time purchase of products. Responses should include detailed product descriptions with photographs and pricing information. Information on options and services, if available, should be included. Quantities purchased may be adjusted. Submit faxed quotations to at (612) 370-2106, Attention Jason Wilking. QUOTATIONS ARE DUE BY September 24, 2003, BY 1:30 p.m., local time. A First Article Sample will be required before Shipment. Criteria for testing will be: Tags: Ease of application and use, durability, animal acceptance/comfort, size and shape, and location and readability of external printing. Readers: Ease of efficiency of use. Upon acceptance the contractor will have 45 days to ship the complete order. 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. All RESPONSIBLE SMALL BUSINESS'S MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should include tax payer identification number, DUNS number and business size. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-15. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.232-25(02/02); Changes--Fixed price 52.243-1 (8/87); Instructions to offerers - Commercial items 52.212-1 (0/03); Notice of Total Small Business Set-Aside 52.219-6 (07/96); Offerer Representations and Certifications 52.212-3 (06/03); Contract Terms and Conditions - Commercial Items 52.212-4 (02/02); Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.212-5 (06/03); Limitations on Subcontracting 52.219-14 (12/96), 52.209-4 First Article Approval-Government Testing. (09/89) (a) The Contractor shall deliver 200 tags and 3 readers within 15 calendar days from the date of this contract to the Government at USDA APHIS VS, 2150 Centre Ave, Bldg. B, Fort Collins CO 80526 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 45 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver.
 
Place of Performance
Address: 1510 East Bannister Road, Kansas City, MO 64131
Zip Code: 64131
Country: USDA
 
Record
SN00435225-W 20030918/030916213039 (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.