Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SPECIAL NOTICE

R -- Combined Synopsis/Solicitation for Tuberculosis Program Support Services

Notice Date
1/28/2005
 
Notice Type
Special Notice
 
NAICS
541940 — Veterinary Services
 
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
 
Point of Contact
Patricia Harris, Contracting Officer, Phone 612-336-3207, Fax 612-370-2106,
 
E-Mail Address
patricia.y.harris@usda.gov
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is 035-M-APHIS-05 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulations (AGAR) can be accessed on the Internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 541940 and the small business size standard is six million dollars. (v) This requirement consists of 04 line items (01 Base Requirement: Veterinary Services in support of Tuberculosis program reviews in accordance with the associated Statement of Work, 02 Option One: Veterinary Services in support of Tuberculosis program reviews in accordance with the associated Statement of Work, 03 Option Two: Veterinary Services in support of Tuberculosis program reviews in accordance with the associated Statement of Work, 04 Option Three: Travel in support of Statement of Work) Line items 01 through 03 consists of a not to exceed quantities of 800 hours per line item. Line item 04 is a not to exceed amount of $5,000 and is pre-priced as one lot. The Government will authorize travel on an as needed basis and reimburse the offeror in accordance with Federal Travel Regulations under line item 04. Each line item utilizes Firm Fixed Price per unit pricing. (vi) Work to be completed under this purchase order will consist of the following: The contractor shall assist the U.S. Department of Agriculture, Animal and Plant Health Inspection Service’s Veterinary Services Division with the pathogenesis and epidemiology of cattle tuberculosis; the development, implementation and operation of livestock disease control and eradication strategies. A detailed description of the line item is available as addendum I, Scope of Work. (vii) Deliverables and acceptance of deliverables will be FOB destination, Riverdale, MD. The period of performance for the base requirement is from date of award through 12 months. Each option period consists of a 12 months period of performance from the date of award. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: Trade-Off Analysis. This acquisition will be conducted using the Test Program for Certain Commercial Items under FAR 13.5. The Government intends to issue multiple awards resulting from this solicitation. Competitive awards will be made to responsible firms offering the over all best value. The use the following factors in making award decisions: Technical Capability, Experience, Past Performance and Price. The combined importance of non-price related factors are considerably more important than price. In order to be considered for award, all key personnel proposed must possess a Doctor of Veterinary Medicine (DVM) degree. In order to facilitate the Government’s review of proposals quotes submitted must include (1) key personnel resumes, (2) references on previous projects showing prior experience (3) past performance references. Additional guidance on price is provided under provision 52.212-1 section (g). (x) The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items. The contractor shall return a completed copy of these provisions with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) 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 at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition. 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222.21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses are applicable to this acquisition 52.203-3, Gratuities; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered Note 1 applies to this acquisition. (xvi) Quotations are due to the USDA APHIS, ATTN: Patricia Harris, Butler Square Bldg., 5th Floor, 100 N. Sixth St., Minneapolis, MN 55403 at 03:30 PM CST, February 11, 2005. Faxed or emailed quotes are acceptable. (xvii) The assigned Specialist is Ms. Patricia Harris. Ms. Harris be reached atpatricia.y.harris@aphis.usda.gov, (612)336-3207 or by fax, (612)370-2106. Addendum I, Scope of Work and addendum II, Pricing Worksheets must be downloaded from the Federal Business Opportunities Website. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JAN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/APHIS/Contracting/035-M-APHIS-05/listing.html)
 
Record
SN00784798-F 20050409/050407215029 (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.