Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
MODIFICATION

37 -- NATIONAL ANIMAL IDENTIFICATION SYSTEM APPROVED 840 RFID EAR TAGS

Notice Date
8/28/2007
 
Notice Type
Modification
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-07-128836
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT CANCELS THE PREVIOUS AMENDMENT REQUIRING EAR TAGS IN WHITE (i) This is a combined synopsis/solicitation for commercial supplies 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. This combined synopsis/solicitation will result in Firm Fixed Priced purchase order. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 12 and 13. (iii) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Veterinary Services (VS), Albuquerque, NM. Awards made as a result of this announcement have the potential to be used for the current Tuberculosis Surveillance program. There are no minimum guarantees associated with the purchase order issued against this announcement as Tuberculosis testing requirements are subject to periodic change. (iv) The reference number for this effort is 07-128836 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) 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) can be accessed on the Internet at http://www.arnet.gov/far/ The associated NAICS code is 332999 with a small business size standard of 500 employees, or less. (vi) REQUIREMENT AND QUANTITIES: This requirement consists of eight line items, CLIN 01 - 06, CLIN 01: 15,000 National Animal Identification System (NAIS) approved 840 Radio Frequency Ear Tags for use with Cattle delivered FOB Destination Albuquerque NM by August 30, 2007. CLIN 02: 3 dozen Applicators delivered by August 30, 2007. CLIN 03: 36 Applicator Pins to be delivered by August 30, 2007. CLIN 04: Shipping for Initial Order. CLIN 05: Estimated 40,000 National Animal Identification System (NAIS) approved 840 Radio Frequency Ear Tags, CLIN 06: Shipping. These products are to be used with Cattle in accordance with the attached Statement of Work (SOW), unit of issue is each, Firm Fixed Price per unit. The purchase ordered issued under this announcement will be drawn against by the customer on an as needed basis up to 55,000 tags. (vii) Deliverables and acceptance of deliverables will be FOB Destination Alburquerque, NM . Shipment costs are to be included in the quoted pricing. (viii) The PERIOD OF PERFORMANCE for this purchase order will be from date of award through 12 months. (ix) TECHNICAL SPECIFICATIONS: See the attached. (xi) GOVERNMENT ROLES AND RESPONSIBILITIES: The Government shall provide details in regards to Dairy locations. (xii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. The Government intends to evaluate quotes and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. (xiii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Awards will be made to the responsible offerors whose offers conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The following factors shall be used to evaluate offers: (a) Technical capability: ability to meet the initial order delivery date of August 30,2007 (b) past performance, (c) socioeconomic status and (d) price. Technical capability, past performance and socioeconomic status are in descending order of importance. The combined importance of all non-price related factors is approximately equal to price. Firms shall provide their socioeconomic status by completing the provision at 52.212-3. (xiv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) 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 in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Special Disabled 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; 52.225-1 Buy American Act; 52.225-3 Buy American Certificate-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xviii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 10:30 AM CST, 27 August, 2007. Faxed quotes are acceptable. (xix) The assigned Purchasing Agent , Gloria Benson, may be reached at gloria.j.benson@aphis.usda.gov, or by fax at (612) 370-2136. (xx) For the purpose of standardization, interested parties must submit the information requested in this document with their quotation to have a complete quotation package. A COMPLETE QUOTATION PACKAGE WILL CONSIST OF THE FOLLOWING: 1) Price(s) for CLIN 01 - 06. THE OFFER MUST STATE THEIR PRICE INCLUSIVE OF ALL FEES. 1) Signature of the offeror on the page that lists the price. Quotes should be of sufficient detail to determine their adequacy. 2) Completed Pricing Sheet. 3) Completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offeror's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Place of Performance
Address: 6200 Jefferson Str NE Rm 117/Albuquerque/NM
Zip Code: 87109-3434
Country: UNITED STATES
 
Record
SN01387186-W 20070830/070828220253 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.