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 -- Fetal Bovine Serum

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
43-M-APHIS-03
 
Response Due
9/24/2003
 
Archive Date
10/9/2003
 
Point of Contact
Patricia Harris, Contracting Officer, Phone 612-336-3207, Fax 612-370-2106,
 
E-Mail Address
patricia.y.harris@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition (FAR), 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. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-15. This requirement is 100% set aside for small business. The NAICS code is 325414. The small business size standard is 500 employees, or less. This combined synopsis/solicitation containers one contract line item number (CLIN), CLIN 0001, for 350 Liters of fetal bovine serum. The specifications for the fetal bovine serum are: Contractor shall a quantity of fetal bovine serum for use in cell culture production. Parameters for fetal bovine serum quality and purity will be acceptable to the Center for Veterinary Biologics (CVB)-Animal and Plant Health Inspection Service (APHIS). It will be required that the contractor have specific expertise in collection, handling and shipment of samples and final product. The contract will be administered on a production basis: as certain samples are tested and accepted by Center for Veterinary Biologics-Policy Evaluation and Licensing (CVB-PEL). The contractor shall provide management of all tasks assigned to them. MINIMUM TECHNICAL SPECIFICATIONS: the fetal bovine sera required shall have absolutely no isolation of Bovine Viral Diarrhea virus and be absolutely free of the: 1) Titer of Bovine Viral Diarrhea antibody, 2) Titer of Parainfluenza Type 3 (PI-3) antibody, 3) Titer of Infectious Bovine Rhinotrachetis (IBR) antibody and 4) Specific diseases - refer to Attachment I. DELIVERY OF SAMPLES: serum samples representative of each lot (lot: a bottle of one liter of fetal bovine serum from one to three fetus pool. Serum from an individual fetus shall not be used to top out several lots of serum. (If the serum from that fetus has a virus or antibody, it would contaminate all lots to which it was added.) (lot sample: a 90 ml portion of the one liter quantity which will be used to determine the suitability of that lot of serum.) shall be delivered by the contractor to the Government in the following quantities: a) the contractor shall deliver 30 days after award (or sooner) a sufficient number of samples meeting specifications to clear 250 liters of serum for delivery.; b) the contractor shall deliver by March 1, 2004 a sufficient number or samples meeting specifications to clear a total of 50 liters of serum for delivery.; c) the number of samples delivered weekly to the Government shall be a minimum of 20 and a maximum of 60.; d) any additional replacement samples shall be delivered by August 1, 2004. CONTRACTOR STORAGE OF SERUM: the contractor shall ensure that the fetal bovine serum is store at a maximum temperature of -10 (minus ten) degrees Centigrade. SAMPLE TESTING BY THE GOVERNMENT: Samples of each liter lot will be tested by the Government at its facilities in accordance with the testing procedures in Section 5. Upon completion of the Government testing, the contractor will be notified of approval for delivery or rejection of the lots samples. Upon receipt of notification from the Government that samples were rejected, the contractor shall deliver replacement samples for rejected samples, a necessary, until the requested quantity is fulfilled. Fetal bovine serum (FBS) samples (90 ml) are received from the Contractor. The 90 ml sample represents a one liter lot of available serum collected from one to three fetuses. The Contracting Officers Technical Representative (COTR) or the COTRs duly authorized representative will inspect and accept the serum to be provided under this contract. Inspection and acceptance will be performed at: USDA, APHIS, Center for Veterinary Biologics, 1800 Dayton Avenue, Ames, Iowa 50010. PACKING AND MARKING: each shipment shall include a packing slip attached to the outside of one box and enclosed in a protective plastic pouch and one packing slip in one of the shipment boxes. The packing slip shall identify the contract number and quantity shipped. Serum shall be packed in 1 liter plastic bottles with 12 liters per case. Each container shall be marked to enable comparison with testing records. The serum shall be packed in a manner to prevent the serum from thawing during transit. PERIOD OF PERFORMANCE: the period of performance is from date of award through September 30, 2004. PERFORMANCE STANDARDS: Contractor performance will be measured by the ability to adhere to deliverable deadlines as agreed between the COTR and the contractor at the start of the contract. In the event that the delivery of the serum samples and accepted lots are not performed according to performance measures stated earlier the Government will notify the contractor of failure to perform according to performance measures, and the contractor will revise delivery schedules within the time scales required by the project. The government will notify the contractor of failure to complete tasks according to deadlines outlined earlier. Sustained failure to complete tasks on time will result in termination of the contract. GOVERNMENT ROLES AND RESPONSIBILITIES: the CVB shall designate a representative(s) to coordinate all aspects of this contract. All work performed at the CVB-PEL will be coordinated with the Contractor by the COTR. QUANTITIES REQUIRED: during the period specified by the contract, the Government will place orders totaling a minimum of 300 liters of fetal bovine serum, but not in excess of 350 liters. The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far: 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items. 52-212-4 Contract Terms and Conditions - Commercial Items. 52-32-35 Designation of Office for Government Receipt of Electronic Funds Transfer, fill-in information for paragraph (c) is Name: USDA National Finance Center, Phone Number: 800-421-0323. Offeors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The Government will award a purchase order 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 clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52-203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-1 Buy American Act - Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Quotes are due September 24, 2003 by 2:30 p.m. Central Standard Time. All responsible small business may submit a quote for consideration. All quotes must be signed. Quotes may be faxed to 612/370-2106, Attn: Patricia Harris with signed original forwarded by mail to: USDA, APHIS, MRPBS, ASD, 100 North Sixth Street, Butler Square Bldg., 5th Floor, Minneapolis, MN 55403. Quotes can be e-mailed to Patricia.Y.Harris@aphis.usda.gov. A complete quote will consist of 1. Price for CLIN 0001 per liter. 2. signature on the page that lists the price. 3. narrative addressing how the proposed fetal bovine serum meets the requirements/specifications. 4. completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.
 
Place of Performance
Address: USDA, APHIS, VS, NVSL, 1800 Dayton Road, Ames, Iowa
Zip Code: 50010
Country: United States
 
Record
SN00435231-W 20030918/030916213041 (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.