Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
DOCUMENT

R -- Consultin Services for National Tuberculosis Eradication Program - Solicitation 1 - Solicitation 1

Notice Date
5/20/2008
 
Notice Type
Solicitation 1
 
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, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
RFQ154950
 
Point of Contact
Patricia Y Harris,, Phone: 612-336-3207
 
E-Mail Address
patricia.y.harris@usda.gov
 
Small Business Set-Aside
Total Small Business
 
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 Request 154950 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 (iv) This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 541940 and the small business size standard is $6.5 million dollars. (v)This requirement consists of consulting services to assist the U.S. Department of Agriculture, National Tuberculosis Eradication Program. (vi)Work to be completed under this Blanket Purchase Agreement (BPA) shall 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 items is available as Addendum II - Scope of Work. (vii) Deliverables and acceptance of deliverables will be FOB destination, Riverdale, MD. The BPA(s) will be effective from date of issuance through September 30, 2008 with the option to extend for an additional 4 years. BPA calls will be place against the BPA(s). Unilateral termination of the BPA(s) may occur at any time by either party. (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 (limited to 3-5 only) (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 applies to this solicitation. 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 are considered check and applicable to this acquisition: 52.203-6 Restriction on Subcontractor Sales to the Government, Alt. I; 52.219-6 Notice of Total Small Business Set-Aside; 52-219-8 Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 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(CCR). (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. (xiv)The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv)Numbered Note 1 applies to this acquisition. (xvi)All questions concerning this RFQ must be submitted in writing and faxed to (612) 336-3550 or emailed to patricia.y.harris@aphis.usda.gov. No telephonic response to this combined synopsis/solicitation will be accepted. Addendum I – Pricing Schedule and Addendum II - Scope of Work 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. Quotations are due at the USDA, APHIS-MRPBS-ASD Contracting Team, Butler Square West, 5th Floor, 100 North Sixth Street, Minneapolis, MN 55403 no later than 10:00 am local time on June 9, 2008. Faxing or emailing quotes is acceptable. (xvii)The assigned Contracting Officer is Patricia Harris. Ms. Harris may be reached at patricia.y.harris@aphis.usda.gov, (612) 336-3207 or by fax, (612) 336-3550.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4ab425217c802ba4b5ed3aaada51621a&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Schedule of Items (TB Schedule of Items FY08.doc)
Link: https://www.fbo.gov//utils/view?id=1b0bc7865f63737067c069d0ad56db89
Bytes: 35.50 Kb
 
File Name: Statement of Work (TB Review SOW 2.doc)
Link: https://www.fbo.gov//utils/view?id=9b0358cbe2bc96eee214218b78dba55f
Bytes: 59.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Various regions in Mexico, Riverdale, Maryland, 20737, United States
Zip Code: 20737
 
Record
SN01577122-W 20080522/080520222115-4ab425217c802ba4b5ed3aaada51621a (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.