Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

88 -- Caprines

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
112420 — Goat Farming
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-06-T-0055
 
Response Due
8/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13.6 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. The solicitation number, H92239-06-T-0055, is issued as a Request for Quotation (RFQ). All quotes shall reference the Request for Quotation number H92239-06-T-0055. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. This procurement is 100% Set-Aside for Small Business. The North American Industry Classification Code (NAICS) is 112420. The size standard is $0.75. The US government has a requirement for approximately 610 caprines (goats) to be delivered to Fort Bragg, NC during the months of September, October, and November 2006. Fifty each shall be delivered on 13 September 2006 and 28 September 2006. The remaining approximately 510 shall be delivered sometime in October and November, exact delivery dates to be determined with the successful offeror being provided 30 days notice prior to delivery. The (caprines) goats must be live, male, healthy, and free of disease, weighing no less than 55 lbs. If any animal does not meet these standards, they will be rejected at the government?s site. The contractor?s facility must be Class A or Class B licensed. The Statement of Work is as follows: C.1 The Contractor shall provide and deliver to Fort Bragg, North Carolina caprines meeting or exceeding the following specifications in accordance with this Section C, federal, North Carolina, and state of origin regulations governing the health requirements for the transport and admission of animals both intra and interstate, and all other terms and conditions stated herein. C.2 General: C.2.1 Caprines must be live, male only (wether or intact), weighing a minimum of fifty-five (55) pounds (25 kg) upon delivery to Fort Bragg, North Carolina. C.2.2 Caprines shall be in good health, free of zoonotic diseases and show no evidence of respiratory, gastrointestinal, cutaneous, musculoskeletal, nervous, metabolic, ophthalmic, or other diseases. C.2.3 A military veterinarian or, in his absence, his trained representative, will be present at delivery and will inspect the caprines for diseases, contagious or non-contagious, and other unacceptable problems, e.g. lameness. The military veterinarian, or his trained representative, present at the delivery shall be the final authority for medical acceptance or non-acceptance. C.2.4 Examples of common causes for rejection are listed below (but are not all inclusive): C.2.4.1 Mucopurulent Nasal discharge: Mucopurulent nasal discharge is an indicator of upper respiratory infection or pneumonia. A small amount of clear nasal discharge may result from transport. C.2.4.2 Infectious keratoconjunctivitis (pinkeye) and ocular discharge: Any clouding of the cornea may indicate the presence of pinkeye, which is a zoonotic disease. C.2.4.3 Contagious ecthyma (orf or soremouth): Contagious ecthyma is a zoonotic disease. Any caprine with evidence of a lesion will be rejected. C.2.4.4 Diarrhea C.2.4.5 Lameness: Any alteration in gait may indicate lameness, regardless of cause. The ability to bear weight on the affected limb shall not be a factor in determining acceptance or rejection. C.2.4.6 Open wounds: This includes any wound that is not completely healed or is bleeding or infected. Examples are broken horns, open sinuses, and lacerations. C.2.4.7 Caseous Lymphadenitis: Any cutaneous nodule which holds the characteristics of caseous lymphadenitis may be rejected. C.2.4.8 Deceased or moribund animals: Deceased or moribund (downer) animals will not be accepted. The attending veterinarian may elect to euthanize the moribund animal for humane reasons. Euthanasia for humane reasons does not entitle the Contractor to reimbursement for the animal. The Government may offer to dispose of the dead animals as a courtesy to the vendor. C.2.5 Caprines shall be available in lots of 50 to 100 and the Government will give the successful offeror 30 days notice prior to delivery. The entire quantity stated for delivery on any specific day shall be delivered at one time, e.g. no split shipments will be accepted. Generally, deliveries shall be made between the hours of 0600 and 0900, Monday through Friday. Delivery/inprocessing procedures shall begin no earlier than 0600 and will continue until all inspections are completed, normally not later than 0900 hrs on the day of delivery. The Contractor shall coordinate with the receiving facility at least 48 hours or two business days prior to delivery for the exact time of delivery based on the availability of veterinary personnel. Changes to time of delivery shall be made only by direct coordination between the contracting officer/contracting officer?s representative (CO/COR) and the contractor up to 12 hours prior to the delivery time. The contractor should be aware that a shorter notification may be provided should the installation be closed due to extreme inclement weather. C.3 The Contractor must be an USDA Class A or Class B licensed dealer. C.4 QUARANTINE PROCEDURES: C.4.1 IN-STATE VENDORS: Prior to delivery, all caprines shall be quarantined for a minimum of fourteen (14) days on pasture or within confinement facilities that meet the standards described in Title 9 CFR, Chapter 1, Part 3, Subpart F, paragraphs 3.125 through 3.142. The animals shall be quarantined as a group at least 30 feet from other domestic, wild, or exotic animals. Animals may be removed from the quarantine group during the fourteen (14) day period prior to delivery, but shall not be returned to the group for that delivery. Animals shall not be added to the quarantine group during the fourteen (14) day period prior to delivery. Additions of new or previously rejected animals to a particular quarantine group will necessitate that the entire quarantine period be served again by all animals within that group. The quarantine facility shall be the location stated in the USDA Class A or Class B license. The Contractor shall notify the COR prior to the beginning of the quarantine period. The Government reserves the right to conduct announced or unannounced inspections of the quarantine facilities at any time to ensure compliance with quarantine requirements, compliance with humane care standards, and to maintain positive animal identification throughout quarantine period. The quarantine facilities shall not be located on Fort Bragg, North Carolina. C.4.2 OUT-OF-STATE VENDORS: Prior to delivery, all caprines shall be quarantined for a minimum of fourteen (14) days on pasture or within confinement facilities that meet the standards described in Title 9 CFR, Chapter 1, Part 3, subpart F, paragraphs 3.125 through 3.142. The animals shall be quarantined as a group at least 30 feet from other domestic, wild, or exotic animals. Animals may be removed from the quarantine group during the fourteen (14) day period prior to delivery, but shall not be returned to the group for that delivery. Animals shall not be added to the quarantine group during the fourteen (14) day period prior to delivery. Additions of new or previously rejected animals to a particular quarantine group will necessitate that the entire quarantine period be served again by all animals within that group. The quarantine facility shall be the location stated in the USDA Class A or Class B license. The Contractor shall notify the COR prior to the beginning of the quarantine period. The Government reserves the right to conduct announced or unannounced inspections of the quarantine facilities at any time to ensure compliance with quarantine requirements, compliance with humane care standards, and to maintain positive animal identification throughout quarantine period. The quarantine facilities shall not be located on Fort Bragg, North Carolina. C.4.3 For each delivery, the Contractor shall self-certify that the animals have been quarantined on the Contractor?s facility for the required fourteen (14) days. C.4.4 The Contractor shall not function as a broker between a ?sale barn? or ?auction house? (any place, public or private, where animals from multiple sources are commingled and sold or exchanged by auction, bidding, or any other financial transaction) without the fourteen (14) day quarantine period on the Contractor?s facility. C.5 The Contractor shall institute an animal health program that will ensure delivery of healthy animals to Fort Bragg, North Carolina. This program will include, at a minimum, vaccination for Shipping Fever Pneumonia Complex no later than the beginning of the fourteen (14) day quarantine period. The Contractor shall consult with the Contractor?s veterinarian to implement this requirement and for additional components of a herd health program that are applicable to the Contractor?s facility and herd health situation. C.6 The Contractor shall begin transition to a pelleted grain diet 10-14 days prior to delivery to reduce digestive problems after delivery. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and Clauses are hereby applicable to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-2, Evaluation ?Commercial Items (Jan 1999), the evaluation factors are license, facility, price. A copy of the offeror's license and a description of their facility must be provided in the quote. The government will make a determination of best value based on a technical acceptable, low price offer. Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Feb 2002) with their quote. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items (Dec 2001) is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following clauses in paragraph (b) are applicable: 52.203-6, 52.219-6, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52,232-33, 52.222-3 Convict Labor, 52.225-1 Alt 1. Buy American Act-Supplies, 52.246-2 Alt 1, Inspection of Supplies-Fixed Price, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, Additionally, 252.204-7004 Required Central Contractor Registration Alt A, 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) are applicable: 52.203-3, 252.205-7000, 252-225-7001, 252.243-7002, 252.247-7023, and 252.247-7024, 52.204-7004, Required Central Contractor Registration. 252.232-7003 Electronic Submissions of Payment Invoices. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. OFFERORS SHALL INCLUDE: Letter and Price Quote by an individual authorized to bind the offeror, copy of license, description of facility, Representations and Certifications compliant with FAR Clause 52.212-3 acknowledgement of any amendments that may be issued. The quotes must provide sufficient detail to allow for the government to make a best value determination. Contractors who do not provide details of their offer will not be considered. Rowena Godaire is the point of contact regarding this solicitation. Questions pertaining to this solicitation must be submitted in writing and may be faxed to Rowena Godaire at (910) 432-9345 or email godairer@soc.mil. Signed and dated quotes referencing the RFQ number H92239-06-T-0055 must be submitted, no later than 10:00 a.m. 30 August 2006, to Rowena Godaire at USASOC, ATTN: AOCO, Bldg E-2929 Desert Storm Drive, Fort Bragg, NC 28310 or faxed to (910)432-9345 or emailed to godairer@soc.mil.
 
Place of Performance
Address: HQ, USASOC, JSOMTC, Bldg 5-3845, Fort Bragg, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01122597-W 20060824/060822222145 (fbodaily.com)
 
Source
FedBizOpps 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.