Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

37 -- Poultry, hen cages - End diagram

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5405-S-00-900
 
Archive Date
9/14/2010
 
Point of Contact
LuAnn K. Therrian, Phone: 517-337-6825
 
E-Mail Address
luann.therrian@ars.usda.gov
(luann.therrian@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
End diagram of hen cages This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. Solicitation No.AG-5405-00-900 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The NAICS code applicable to this acquisition is 332618. The Government intends to issue a firm fixed price, indefinite quantity purchase order using Simplified Acquisition Procedures on or about September 7 th, 2010 with the possibility of additional purchase orders within the next 12 months. This procurement is restricted for small business. All responsible small businesses may submit a quotation which shall be considered by the agency. The USDA, ARS, MWA, Avian Disease and Oncology Laboratory, East Lansing, MI has a requirement/need to purchase at least five banks of cages and not more than $100,000.00, two tier step hanging hen cages with feed troughs and watering cups, plus installation of the cages. THE SALIENT CHARACTERISTICS ARE : Hen cage dimensions - 8"W x 16"D x 17"H, 2 tier stair step system (21 cages per row on top and bottom (42 total cages) equal one unit) with auto cup drinkers shared between two cages. All hen cages will have egg roll out on bottoms (16" H on back and 18" H in front). All wire for cages will be 1"x 2" PVC coated wire. Assemble with galvanized rings. Fronts and doors: Doors will be specifically designed for the door to open up and not slide open. Doors have 2.5" opening for feed access. Frames will be hanging type constructed of hot rolled square tubing or channel iron bracket with the necessary wall thickness to support the cages. Frames designed and adjusted for installation of cages to 1-5/8" strut railing on the ceiling. Cages will be suspended over manure pits. Strut railing and connected brackets will be provided in-house. All other hardware for suspension of cages to the strut railing will be supplied by the vendor. Watering system: Water system will be auto cup drinkers. Regulators will be on the end of all rows. Cup drinkers will be shared between two cages to decrease the total number of drinkers. Supply lines will be provided in house, but all other hosing and supplies for cage drinkers will be provided by the vendor. Feeding system: All feeders will be trough style galvanized feeders. 3 sections of trough feeders provided per row of 21 cages. No manure belts or waste removal system. A site inspection will be conducted for prospective bidders on August 3, 2010 at 9:00 a.m. ET and will be held at USDA-ARS-MWA Avian Disease & Oncology Laboratory, 3606 E. Mt. Hope Rd., East Lansing, MI 48823. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. EVALUATION PROCEDURES: 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. The following factors shall be used to evaluate offers: technical acceptability, past performance, price. DELIVERY: FOB Destination. Items shall be delivered and installed between July 15, 2011 and August 15, 2011. Quote price must include any shipping/freight/installation costs. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quote on company letterhead detailing the item description, and unit price per item and total price; 2) Three to five references for whom the same type of item has been provided, preferably in the last year. (Government references are preferred, but commercial references will also be accepted.) Please include the email address for references provided, if possible; 3) Offerors shall include a completed copy of the provision FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer. FAR 52.212-3 can be found on-line at www.arnet.gov/far. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. PROVISIONS AND CLAUSES: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far. 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far. The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: 1. FAR 52.212-1, Instructions to Offerors - Commercial Items 2. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MUST complete and provide with quote) 3. FAR 52.204-7, Central Contractor Registration ( ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) The website address for registration is: http://www.ccr.gov; 4. FAR 52.212-4, Contract Terms and Conditions - Commercial Items with the following addenda to FAR 52.212-4: FAR 52.247-34, FOB Destination; 5. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: c. 52.222-3, Convict Labor (E.O. 11755) d. 52.222-19, Child Labor e. 52.222-21, Prohibition of Segregated Facilities f. 52.222-26, Equal Opportunity g. 52.222-36, Affirmative Action for Workers with Disabilities h. 52.216-19, Order Limitations i. 52.216-22, Indefinate Quantity j. 52.225-1 Buy American Act - Supplies k. 52.225-13 Restriction on Certain Foreign Purchases l. 52.232-36 Payment by Third Party 6. FAR 52.233-3 Protest After Award 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government will award a contract 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement, (ii) past performance, (iii) price (based on FOB Destination). Technical capability and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. 52.225-2 BUY AMERICAN ACT CERTIFICATE (FEB 2009) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, ie.e, an end product that is not a COTS item and doesn not meet the comnponent test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (CLOTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation enititled "Buy Amercian Act - Supplies." (b) Foreign End Products (list as necessary): Line Item No. Country of Origin (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Any amendment and documents related to this procurement will be available electronically at http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish quotations to LuAnn Therrian, Purchasing Agent, USDA-ARS-MWA-Admin, 3606 E. Mt. Hope Rd., East Lansing, MI 48823 no later than 2:00 p.m. Eastern, August 30, 2010. Quotations and other requested documents may be provided by facsimile to (517) 337-6634 if desired. Additional information may be obtained by contacting the Purchasing Agent at (517) 337-6826 or LuAnn.Therrian@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5405-S-00-900/listing.html)
 
Place of Performance
Address: 3606 E. Mt. Hope Rd., East Lansing, Michigan, 48823, United States
Zip Code: 48823
 
Record
SN02206013-W 20100716/100714235407-ae2bbe1317aa372bc89a6fb0a8df4dbe (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.