Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

87 -- For-Most 450W Cattle Chutes (Brand Name or Equal) - BID PACKAGE S-09-0179

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
 
ZIP Code
20024
 
Solicitation Number
AG-6395-S-09-0179
 
Archive Date
9/26/2009
 
Point of Contact
Carol R. Dingess, Phone: 6123363208
 
E-Mail Address
Carol.Dingess@aphis.usda.gov
(Carol.Dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 3 PRICING SCHEDULE. PLEASE RETURN WITH BID. ATTACHMENT 2 NOTE TO OFFEROR. PLEASE COMPLETE AND RETURN WITH BID. ATTACHMENT 1 STATEMENT OF WORK The United States Department of Agriculture (USDA) Veterinary Services in Frankfort, KY intends to procure Cattle Chutes needed to assist with the testing of animals for Pseudorabies Testing. Submit faxed quotations to Purchasing Section ag (612) 336-3550, Attention Carol Dingess. Quotations are due by September 11, 2009 by 4:00pm Eastern Time. Simplified Acquisition Procedures will be used per FAR 12. A firm Fixed Price Purchase order will be awarded. Notice of total Small Business Set Aside under NAICS Code: 333111 Small Business Size: 500 employees NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. ITEM DESCRIPTION: Cattle Chutes Quantity 2ea For-Most 450W Cattle Chutes (Brand Name or Equal) • capable of holding and restraining cattle ranging from 12 months of age (800 lbs) up to adult cows (1200-1500 lbs) and occasionally bulls (2000 lbs). • The chutes should be capable of being pulled behind regular pickup trucks and meet highway requirements. • Our field Veterinarians will haul this equipment to farms, set them up, hold and restrain cattle for testing procedures, then when finished clean and disinfect the chutes and haul them to the next farm. This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUEDS THE ONLY SOLICITATION/ PROPOSAL THAT WILL BE REQUESTED. NO OTHER WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far 52.212-1 Instructions to offers Commercial items 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). *The Buy American Act is waived for an end product that is a COTS item (See 12.505(a)(1)). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (CCR) (Oct 2003) (31 U.S.C. 3332). CCR Information can be found at http://www.ccr.gov 52.211-6 Brand Name or Equal. BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified by "brand name," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. These are the salient physical, functional, or performance characteristics that "equal" products must meet and are specified in the solicitation or manufacturers specs for product. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) All Responsible Small Business Sources May Submit a Quotation For Consideration. ***Special Note:*** Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Price and other factors considered. Technical and past performance, when combined are significantly more important than cost or price: trade off process. References are requested. Delivery Location: USDA/Veterinary Services 105 Corporate Drive Suite H Frankfort, KY 40601 CONTRACTING OFFICE USDA/APHIS 100 North Sixth Street (5th Floor, Butler Square) Minneapolis, MN 55403 Carol Dingess Purchasing Agent Ph: 612-336-3208 Fax: 612-336-3554 Carol.Dingess@aphis.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-6395-S-09-0179/listing.html)
 
Place of Performance
Address: USDA/Veterinary Services, 105 Corporate Drive, Suite H, Frankfort, Kentucky, 40601, United States
Zip Code: 40601
 
Record
SN01924577-W 20090826/090825003229-9e9ff64a7ea621b7fbd07c64906d05ba (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.