Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

54 -- PURCHASE OF TWO (2) PORTABLE LIVESTOCK PENS

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115210 — Support Activities for Animal Production
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-08-0125
 
Archive Date
9/24/2008
 
Point of Contact
Daniel M. Kline, Phone: 612-336-3235
 
E-Mail Address
daniel.m.kline@aphis.usda.gov
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for the Purchase of Two (2) Portable Livestock Pens 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 a firm fixed price commercial supply contract. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 115210. The small business size standard is $6.5 million in annual receipts. This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Veterinary Services (VS), Tick Office, 7209 East Saunders, Suite 4, Laredo TX 78041. The solicitation number for this effort is AG-6395-S-08-0125 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 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://farsite.hill.af.mil/ REQUIREMENTS AND QUANTITIES: This requirement consists of five (5) line items: CLIN 01 – Two (2) Portable Livestock Pens. Each Portable Livestock Pen must meet the following specifications: Two 24 ft., 7-bar, 1 1/2" square tube panels hinged to two, 18 ft., 7-bar, 1 1/2" square tube panels on each side of a center load-out alley, forming two (2) single sorting pens equaling 800 square feet. The sorting pens must be separated by two 10 ft. sorting gates with spring loaded latches. Together, the sorting pens should offer an 80 to 100 head capacity. Each Portable Livestock Pen should have a minimum 5 foot x 7 foot front compartment, lined with “Galvannealed” sheeting capable of hauling livestock, ATV, or supplies. In addition, each Portable Livestock Pen must have 4 panel supports on 24 foot panels, Cane Latches on the 10 foot sort gates, 8 bolt 16 inch tires and wheels, and a gooseneck hitch for transport at posted highway speeds. When folded, each Portable Livestock Pen should compare in size and weight to a 24 foot stock trailer. Each Portable Livestock Pen must be capable of fully mechanical hand winch operation and come with a minimum 5 year warranty. CLIN 02 - Two (2) sets of four (4) panel hangars. CLIN 03 - Eight (8) fold-out panel supports for the 18 foot panels. CLIN 04 - Two (2) removable hitches. CLIN 05 – Two (2) mounted spare tires and rims. The Contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. In accordance with FAR 52.216-27, this request for quote may result in multiple contract awards and in any combination of line items. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror, and will make award decisions based on the most advantageous offer to the Government. CLINS 01-05 must be delivered to the following address no later than five (5) calendar days after contract award: United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Veterinary Services (VS), Tick Office, 7209 East Saunders, Suite 4, Laredo TX 78041. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforms to this combined synopsis/solicitation and is determined to be the 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: Technical capability - includes examination of product literature and technical features, past performance, and price. Technical and past performance, when combined, are approximately equal to price. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm’s record of conforming to specifications and to standards of good workmanship /customer service, and adherence to contract schedules, terms and conditions. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three (3) references with quote which are either current or recent customers. 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. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) 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 (Alternate 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; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 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—Supplies; 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. 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 04:00 PM CST, September 9, 2008. Quotes may be sent via e-mail to daniel.m.kline@aphis.usda.gov or by fax @ 612-336-3550, or by mail at referenced address. Any Quote received after the stated date and time will not be considered for evaluation purposes and no further consideration will be given to the offerors’ quote, thereby making an offeror ineligible for award. The point of contact for this solicitation is Daniel Kline who may be reached at daniel.m.kline@aphis.usda.gov. or 612-336-3235. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLINS 01- 05 which provides the price per unit. 2) Signature of the offeror on the page which lists the price. 3) A narrative addressing how the vehicle meets the requirements/specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) Three (3) references as requested above. 5) A 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 offerors’ 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a316af85f7d7e4623f4b377b735e186c&tab=core&_cview=1)
 
Record
SN01657158-W 20080904/080902221135-a316af85f7d7e4623f4b377b735e186c (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.